27.11.2014 Views

B-1 TENDER PAPERS - e-Tendering

B-1 TENDER PAPERS - e-Tendering

B-1 TENDER PAPERS - e-Tendering

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

15/1<br />

Dy.E.E.<br />

GOVERNMENT OF MAHARASHTRA<br />

PUBLIC WORKS REGION, MUMBAI.<br />

PUBLIC WORKS CIRCLE, RATNAGIRI.<br />

PUBLIC WORKS DIVISION, CHIPLUN<br />

B-1<br />

<strong>TENDER</strong> <strong>PAPERS</strong><br />

e-<strong>Tendering</strong> System<br />

FOR THE WORK OF<br />

CONSTRUCTION OF MAJOR BRIDGE CONNECTING DAHIVALI TO<br />

SAWARDA RAILWAY STATION ON KAPASHI RIVER ON VR-113 AT<br />

KM. 0/950 IN TALUKA CHIPLUN DISTRICT RATNAGIRI. (UNDER<br />

NABARD RIDF-XVIII)<br />

Amount put to Tender. : Rs. 1,07,78,183/-<br />

Earnest Money Deposit. : Rs. 1,08,000/-<br />

http://pwd.maharashtra.etenders.in<br />

EXECUTIVE ENGINEER<br />

PUBLIC WORKS DIVISION, CHIPLUN<br />

Contractor No. of Corrections Executive Engineer


Dy.E.E.<br />

NAME OF WORK :- CONSTRUCTION OF MAJOR BRIDGE CONNECTING<br />

DAHIVALI TO SAWARDA RAILWAY STATION ON KAPASHI RIVER ON<br />

VR-113 AT KM. 0/950 IN TALUKA CHIPLUN DISTRICT RATNAGIRI.<br />

(UNDER NABARD RIDF-XVIII)<br />

INDEX<br />

Sr.No. DESCRIPTION PAGES<br />

From To<br />

1. General Information of contract 1 2<br />

2. Brief Tender Notice 3 4B)<br />

3. Detailed Tender Notice 5 38<br />

4. Scope of work & Method & Sequence of execution. 39 42<br />

5. Agreement Form B-1 43 76<br />

6. Additional instructions and Specifications. 77 120<br />

7. Quality Assurance and Maintenance. 121 122<br />

8. Price Variation Clause. 123 126<br />

9. Schedule „A‟ 127 128<br />

10. Additional conditions of Materials to be brought by 129 138<br />

Contractor.<br />

11. Schedule “B” 139 152<br />

12 Schedule “C” Specifications 153 172<br />

13. Model Form of Bank Guarantee Bond for Security 173 174<br />

Deposit.<br />

14. Annexure-A & B Quality Control Tests 175 178<br />

15. Declaration of Contractor 179 180<br />

16. Bar Chart 181 182<br />

17. Drawings 183 186<br />

Issued to _________________________________________________________<br />

AS PER D.R./T.R. NO. ____________________ Dated :____________________<br />

Sr. Divisional Accounts Officer<br />

To Executive Engineer<br />

Chiplun P.W. Division, Chiplun.<br />

Contractor No. of Corrections Executive Engineer


1<br />

Dy.E.E.<br />

GOVERNMENT OF MAHARASHTRA<br />

PUBLIC WORKS DEPARTMENT<br />

Original Agreement No.<br />

NAME OF WORK :-<br />

Name of Contractor<br />

Date of Receipt of Tender<br />

No. & Date of Work Order<br />

: B-1/<br />

: CONSTRUCTION OF MAJOR BRIDGE<br />

CONNECTING DAHIVALI TO SAWARDA<br />

RAILWAY STATION ON KAPASHI<br />

RIVER ON VR-113 AT KM. 0/950 IN<br />

TALUKA CHIPLUN DISTRICT<br />

RATNAGIRI. (UNDER NABARD RIDF-<br />

XVIII).<br />

:___________________________________<br />

: 19/08/2013 upto 17.30 hours.<br />

:___________________________________<br />

Amount put to Tender : 1,07,78,183/-<br />

Percentage quoted<br />

Amount of Contract<br />

Date of commencement<br />

Time stipulated for completion of work<br />

Date of completion as per agreement<br />

Actual Date of Completion<br />

:___________________________________<br />

:___________________________________<br />

:___________________________________<br />

: 18 (Eighteen) Calendar Months from the date<br />

of written order to start work, which will include<br />

the monsoon period.<br />

: __________________________________<br />

: __________________________________<br />

Reference to sanction of tender<br />

Extension of time limit<br />

: 1) ____________________________<br />

2) ____________________________<br />

3) ____________________________<br />

Certified that this original Agreement contains : Pages 1 to ___<br />

Fly Leaves _________________ Nos.<br />

Drawings __________________ Nos.<br />

Contractor No. of Corrections Executive Engineer


2<br />

Dy.E.E.<br />

DETAILS OF WORK<br />

NAME OF WORK :- CONSTRUCTION OF MAJOR BRIDGE CONNECTING<br />

DAHIVALI TO SAWARDA RAILWAY STATION ON KAPASHI RIVER ON VR-<br />

113 AT KM. 0/950 IN TALUKA CHIPLUN DISTRICT RATNAGIRI. (UNDER<br />

NABARD RIDF-XVIII).<br />

Estimated Cost put to tender Rs. 1,07,78,183/-<br />

Earnest Money Rs. 1,08,000/- only.<br />

Term deposit Receipt of Schedule Bank / Nationalised Bank / Challan / State Bank of<br />

India Challan or Valid E.M.D. Exemption certificate duly attested shall be uploaded at the<br />

time of submission. Total Security Deposit 4% ( Four percent ) Rs. 4,32,000/- (50% in<br />

cash at the time of Agreement and 50% from R.A. bills). Time stipulated for completion is<br />

18 (Eighteen) Calendar Months which will include the monsoon period.<br />

<strong>TENDER</strong> SCHEDULE<br />

Cost of Tender Form : Rs. 5,000/-<br />

Period for Downloading Tender Forms<br />

: From 18/07/2013. at 10.00 Hrs.<br />

Upto 12/08/2013 at 17.30 hours.<br />

Date of Pre-bid meeting<br />

Last date and time for online bid preparation and<br />

hash submission ( technical and financial )<br />

Date and time for online bid data decryption and<br />

Re-encryption ( technical and commercial )<br />

Receipt of bid security, tender document fees,<br />

Affidavit, (in original) and only supporting<br />

Documents of Statement No. 2A, 2A1,2B Statement<br />

No. 1,2,3,4,5 (one day before of the opening of the<br />

Technical bid‟s date and time )<br />

Registration Class of Contractor<br />

: 05/08/2013 at 11.00 hours in the<br />

Office of the Superintending Engineer<br />

(P.W.) Circle, Ratnagiri.<br />

: Date 16/08/2013 Time: 15.00 Hours<br />

: From 16/08/2013 Time : 17.31 hours<br />

To 19/08/2013 Time : 17.30 Hours<br />

: Upto 20/08/2013 Time : 17.30 Hours<br />

: Class IV th and above<br />

TO BE FILLED BY THE CONTRACTOR<br />

I/We have quoted my/our offer in percentage rate in words as well as in figures. I/We<br />

further undertake to enter into contract in regular „B-1‟ form in Public Works Department.<br />

Name and signature of contractor /<br />

Power of Attorney holder<br />

with complete address.<br />

Contractor No. of Corrections Executive Engineer


3<br />

Dy.E.E.<br />

EòɪÉÇEòÉ®úÒ +ʦɪÉÆiÉÉ ªÉÉÆSÉä EòɪÉÉDZɪÉ,<br />

ºÉÉ´ÉÇVÉÊxÉEò ¤ÉÉÆvÉEòÉ¨É Ê´É¦ÉÉMÉ, ÊSÉ{ɳÚýhÉ<br />

¤ÉÉÆvÉEòÉ¨É ¦É´ÉxÉ, ®úÉ´Éiɳäý, ¨ÉÖƤÉ


Contractor No. of Corrections Executive Engineer<br />

4<br />

Dy.E.E.<br />

GOVT.OF MAHARASHTRA<br />

P.W. Division, Chiplun.<br />

Phone No. 02355/252806<br />

Web-www.mahapwd.com<br />

E-<strong>TENDER</strong> NOTICE NO. 15 FOR 2013-2014<br />

Sealed online B-1 e-tenders for the following works are invited by the Executive Engineer,<br />

P.W. Division, Chiplun from the contractors registered with the Government of Maharashtra in appropriate<br />

class.<br />

e-<br />

tend<br />

er<br />

wor<br />

k<br />

No.<br />

Name of Work<br />

1. Construction of maj.bridge<br />

connecting Dahiwali<br />

Shivdewadi to Sawarda<br />

Railway station on Kapashi<br />

river on VR.113 @ Km. 0/950<br />

in Tal. Chiplun, Dist.<br />

Ratnagiri<br />

Estimated<br />

Cost (Rs.)<br />

Lakhs<br />

Earnest<br />

Money<br />

(Rs.)<br />

Time<br />

Limit for<br />

completio<br />

n<br />

(Month)<br />

1,07,78,183/- 1,08,,000/- 18<br />

Including<br />

monsoon<br />

e-tender time table<br />

Cost of e-<br />

tender<br />

blank<br />

tender<br />

form fee<br />

Rs. in<br />

Cash<br />

B-1<br />

Rs. 5000/-<br />

1. Download Period of online Tender Dt.18/07/2013 at 10.00 a.m to<br />

Dt. 12/08/2013 at 17.30 p.m.<br />

2. Last date and time of online raising of In the office of the Superintending Engineer, P.W. Circle<br />

technical points for clarification (Pre-bid Ratnagiri on or before Dt. 05/08/2013 upto 11.00 a.m.<br />

meeting)<br />

3. Submit Hash to Create online Tender by Dt. 16/08/2013 at 15.00 p.m.<br />

Contractor (Technical and financial Bid last<br />

date and time)<br />

4. Period for online Super Hash generation Dt. 16/08/2013 upto 17.30 hrs.<br />

5. Period of online Decryption and Re-<br />

Dt. 16/08/2013 at 17.31 p.m to<br />

encryption for tender details by Contractor.<br />

6. Date of place for submission of Earnest<br />

Money in form of F.D.R OR attested<br />

Exemption Certificate copy and D.D. of<br />

Tender Form Fee in original, supporting<br />

documents in Envelope No.01 and affidavit in<br />

original as per tender condition no. 1.4.16 in<br />

Sealed Envelope.<br />

7. Place, Date and timing of opening Technicalbid<br />

and Financial bid.<br />

Dt. 19/08/2013 at 17.30 p.m.<br />

Dt. 20/08/2013 at 17.30 p.m in the office of the<br />

Superintending Engineer, P.W. Circle, Ratnagiri.<br />

Dt. 21/08/2013 at 11.00 a.m to 26/08/2013 at 17.30 p.m in<br />

the office of the Superintending Engineer, P.W. Circle,<br />

Ratnagiri. (if possible)<br />

Class of<br />

Contractor<br />

Class-4 and<br />

Above<br />

Note :-<br />

1. All eligible/interested contractors who want to participate in tendering process should compulsory get enrolled on<br />

e-tendering portal "http:/pwd.maharashtra.etenders.in" and further need to empaneled online on sup portal<br />

"http:pwd.maharashtra.etenders.in in the appropriate category applicable to them.<br />

2. Contractors details for difficulties in submission of online tenders if any. Sify technotigies Ltd. Nextenders (India)<br />

Pvt. Ltd. on 020-25315555/25315556 (Pune) or 022-26611117/26611287 (Extn. 25/26)<br />

3. It is compulsory for all participates to submit all document online. it is also compulsory to submit Earnest Money<br />

in the form of FDR in original as mentioned in tender documents or attested copy of EMD exemption certificate and<br />

affidavit in original as per tender condition no. 1.4.16 and supporting documents in Envelope No.01 as per tender<br />

schedule dates physically in the office mentioned in tender document. Failure to submit the above documents in time,<br />

envelope no.01 and 02 will not be opened.<br />

4. Other term and conditions displayed in online e-tender forms. Right to reject any or all online bid of work without<br />

assigning any reasons thereof is reserved.<br />

5. Above Tender Notice is displayed on P.W.D website www.mahapwd.com.<br />

No. CHD/AB/TC/007/C-4/<br />

Office of the Executive Engineer,<br />

P.W. Division, Chiplun.<br />

Date :- 17/06/2013<br />

Executive Engineer,<br />

Chiplun P.W. Division Chiplun


4(A)<br />

Dy.E.E.<br />


4(B)<br />

Dy.E.E.<br />

E-<strong>Tendering</strong> Advertising<br />

Name of Division :- Executive Engineer, P.W.Division Chiplun<br />

E- <strong>Tendering</strong> inviting Notice No.- 15 For 2013.14<br />

B-1 Tender documents are invited from the licensed contractor<br />

registered in PWD Maharashtra for and on behalf of Executive Engineer<br />

P.W.Division Chiplun in B-1 form for the following work by the Executive<br />

Engineer; P.W.Division Chiplun.<br />

Description of Work-<br />

Construction of maj,bridge connecting Dahiwali Shivdewadi to<br />

Sawarda Railway station on Kapshi river on VR.113 @ Km. 0/950 in<br />

Tal. Chiplun, Dist.Ratnagiri. Est.Cost. Rs. 1,07,78,183/- (Cost of e-<br />

blank tender form fee Rs. 5000)<br />

Tender opening Date and Time- Dt. 21.08.2013 to 26.08.2013 (11.00<br />

A.m. to 17.30 P.M.)<br />

1. Tender document details are available on website main portal-<br />

“http://maharashtra.etenders.in” and PWD portal<br />

“pwd.maharashtra.etenders.in”<br />

The tenderer should confirm that they have submitted online all<br />

Tender documents, documents fees deposited in account of of<br />

Executive Engineer, P.W. Division Chiplun.<br />

2. Tenderer should submit their offer online.<br />

3. The tenderer should register on above portals for user ID,<br />

password to participate in tender process on above portal with<br />

class II/III Digital signature<br />

4. If any assistance is required regarding e-<strong>Tendering</strong> (upload or<br />

download) please contact Phone No 020-25315555/ 25315556,<br />

9167969601/04 e-tendering help desk,<br />

support.gom(at)nextenders.com<br />

Name of officer & Address -<br />

Executive Engineer, P.W.Division Chiplun,<br />

At Post Raotale Chiplun, Tal. Chiplun, Dist Ratnagiri<br />

NO/CHD/AB/TC/007/C-4/4732 Dt. 06.07.2013<br />

Fax No.- 02355 - 252806<br />

Telephone No.- 02355 – 252806<br />

Executive Engineer<br />

Chiplun P.W. Division Chiplun<br />

Contractor No. of Corrections Executive Engineer


5<br />

Dy.E.E.<br />

GOVERNMENT OF MAHARASHTRA<br />

PUBLIC WORKS DEPARTMENT<br />

INVITATION FOR <strong>TENDER</strong>S<br />

DETAILED <strong>TENDER</strong> NOTICE<br />

NAME OF WORK :- CONSTRUCTION OF MAJOR BRIDGE CONNECTING<br />

DAHIVALI TO SAWARDA RAILWAY STATION ON KAPASHI RIVER ON VR-<br />

113 AT KM. 0/950 IN TALUKA CHIPLUN DISTRICT RATNAGIRI. (UNDER<br />

NABARD RIDF-XVIII).<br />

Online percentage rate tenders in 'B-1' Form are invited by the Executive Engineer,<br />

Chiplun (P.W.) Division, Chiplun for the following work from Contractors registered in<br />

appropriate class of the Public Works Department and Irrigation Department of<br />

Maharashtra State. The name of work, estimated cost, earnest money, security deposit,<br />

time limit for completion etc. are as under.<br />

Sr.<br />

Name of work<br />

Estimated<br />

Earnest<br />

Security<br />

Class of<br />

Time limit<br />

No.<br />

Cost<br />

Money<br />

Deposit<br />

Contractor<br />

in Tender<br />

(Rupees)<br />

(Rupees)<br />

(Rupees)<br />

(Calendar<br />

Months)<br />

1 CONSTRUCTION OF<br />

MAJOR BRIDGE<br />

CONNECTING<br />

DAHIVALI TO<br />

SAWARDA<br />

RAILWAY STATION<br />

ON KAPASHI RIVER<br />

ON VR-113 AT KM.<br />

0/950 IN TALUKA<br />

CHIPLUN DISTRICT<br />

RATNAGIRI. (UNDER<br />

NABARD RIDF-<br />

XVIII).<br />

1,07,78,183/- 1,08,000/- 4,32,000/- Class<br />

IV th<br />

And above<br />

18<br />

(Eighteen)<br />

Calendar<br />

Months<br />

(including<br />

Monsoon)<br />

Tender form, conditions of contract, specifications and contract drawings can be downloaded<br />

from the e<strong>Tendering</strong> portal of Public Works Department, Government of Maharashtra i.e.<br />

https://pwd.maharashtra.etenders.in after entering the details payment of Rs. 5,000/-<br />

(Rupees Five thousand only.) in the form of DD / Pay Order of Scheduled or Nationalized<br />

Bank in favor of Executive Engineer, Chiplun P.W. Division, Chiplun as per the Tender<br />

Schedule. Further information regarding the work can be obtained from the above office.<br />

Contractor No. of Corrections Executive Engineer


6<br />

Dy.E.E.<br />

The Tender Fee in the form of DD / Pay Order Drawn in the name of Executive Engineer,<br />

Chiplun P.W. Division, Chiplun EMD Receipt / Attested EMD Exemption certificate,<br />

Affidavit, supporting documents in Envelope No.1 should be submitted by Registered Post /<br />

Courier service in sealed covers addressed to the Superintending Engineer, Public Works<br />

Circle, Ratnagiri with the name of the work written at the top of the envelope will be<br />

received in the office of the Superintending Engineer, Public Works Circle, Ratnagiri<br />

(Phone:02352/222921) as per the Tender Schedule. Bids will be opened as per the Tender<br />

Schedule, in the presence of such intending Tenderers or his / their authorized representatives<br />

who may be present at that time.<br />

<strong>TENDER</strong>ING PROCEDURE.<br />

1.1 A. Blank Tender Forms.<br />

Tender Forms can be downloaded from the e<strong>Tendering</strong> portal of Public Works<br />

Department, Government of Maharashtra i.e. https://pwd.maharashtra.etenders.in after<br />

entering the details of payment towards Tender Fees as per the Tender Schedule.<br />

1.2 B PRE-<strong>TENDER</strong> CONFERENCE :<br />

1.2.1 Pre-tender conference open to all prospective tenderers who have purchased<br />

tender form before the date of Pre-tender Conference, will be held at<br />

RATNAGIRI on 05/08/2013 at 11.00 Hrs. in the office of the Superintending<br />

Engineer, Public Works Circle, Jaystambha Ratnagiri 415612 (Phone No.<br />

02352/222921) Fax No.222527 wherein prospective Tenderers will have an<br />

opportunity to obtain clarifications regarding the work and the Tender Conditions.<br />

1.2.2 The prospective tenderers are free to ask for any additional information or<br />

clarification either in writing or orally concerning the work, and the reply to the same<br />

will be given by the Superintending Engineer /Executive Engineer , and the same<br />

will be made available on e<strong>Tendering</strong> portal on Public Works Department,<br />

Government of Maharashtra i.e. https://pwd.maharashtra.etenders.in and this<br />

clarification referred to as common set of conditions/deviations (C.S.D.), shall form<br />

part of tender documents and which will also be common and applicable to all<br />

tenderers. The point/points if any, raised in writing and/or verbally by the contractor<br />

in pre-tender conference and not finding place in C.S.D. issued after the pre- bid<br />

conference, is/are deemed rejected. In such case the provision in NIT shall prevail. No<br />

individual correspondence will be made thereafter with the contractor in this regards.<br />

Contractor No. of Corrections Executive Engineer


7<br />

Dy.E.E.<br />

1.2.3 The tender submitted by the tenderer shall be based on the clarification, additional<br />

facility offered (if any) by the Department, and this tender shall be unconditional.<br />

Conditional tenders will be summarily REJECTED.<br />

1.2.4 All tenderers are cautioned that tenders containing any deviation from the contractual<br />

terms and conditions, specifications or other requirements and conditional tenders will<br />

be treated as non responsive. The tenderer should clearly mention in forwarding letter<br />

that his offer (in envelope No.1& 2) does not contain any condition, deviations from<br />

terms and conditions stipulated in the tender.<br />

1.2.5 Tenderers should have valid class II / III Digital Signature Certificate (DSC) obtained<br />

from any Certifying Authorities. In case of requirement of DSC, interested Bidders<br />

should go to https://maharashtra.etenders.in/mah/DigitalCerti.asp and follow the<br />

procedure mentioned in the document „Procedure for application of Digital<br />

Certificate‟.<br />

1.2.6 The Tenderers have to make a payment of Rs. 1038/- online as service charges for the<br />

use of Electronic <strong>Tendering</strong> during Online Bid Data Decryption and Re-encryption<br />

stage of the Tender.<br />

1.2.7 For any assistance on the use of Electronic <strong>Tendering</strong> System, the Users may call the<br />

below numbers :<br />

Landline No. - 020 – 2531 5555 / 56<br />

Mobile No. – 91679 69601 / 04 / 14<br />

Email ID suppot.gom@nextenders.com<br />

1.2.8 Tenderers should install the Mandatory Components available on the Home Page of<br />

https://maharashtra.etenders.in under the section „Mandatory Components‟ and<br />

make the necessary Browser Settings provided under section „Internet Explorer<br />

Settings‟.<br />

Contractor No. of Corrections Executive Engineer


8<br />

Dy.E.E.<br />

1.3 Guidelines to Bidders on the operations of Electronic <strong>Tendering</strong> System of<br />

Public Works Department.<br />

http://pwd.maharashtra.etenders.in<br />

A. Pre-requisites to participate in the Tenders processed by PWD :<br />

1. Enrolment and Empanelment of Contractors on Electronic <strong>Tendering</strong> System :<br />

The Contractors interested in participating in the Tenders of Public Works<br />

Department process by using the Electronic <strong>Tendering</strong> System shall be required to<br />

enroll on the Electronic <strong>Tendering</strong> System to obtain user ID.<br />

After submission of application for enrolment on the System, the application<br />

information shall be verified by the authorized Representative of the Service Provider.<br />

If the information is found to be complete, the enrolment submitted by the Vendor<br />

shall be approved.<br />

For participating in Limited and Restricted tenders the registered vendors have to<br />

apply for empanelment on the sub-portal of PWD in an appropriate class of<br />

registration. The empanelment will have to be approved by the respective officer from<br />

the PWD. Only empanelled vendors will be allowed to participate in such tenders.<br />

The Contractors may obtain the necessary information on the process of enrolment<br />

and empanelment either from Helpdesk Support team or may visit the information<br />

published under the link Enroll under section E-<strong>Tendering</strong> Toolkit for Bidders on the<br />

Home page of the Electronic <strong>Tendering</strong> System.<br />

2. Obtaining a Digital Certificate :<br />

The Bid Data that is prepared online is required to be encrypted and the hash value of<br />

the Bid Data is required to be signed electronically using a Digital Certificate ( Class<br />

– II or Class – III ). This is required to maintain the security of the Bid Data and also<br />

to establish the identity of the Contractor transacting on the system.<br />

Contractor No. of Corrections Executive Engineer


9<br />

Dy.E.E.<br />

The Digital Certificates are issued by an approved Certifying Authority Authorized by<br />

the Controller of Certifying Authorities of Government of India through their<br />

Authorized Representatives upon receipt of documents required to obtain a Digital<br />

Certificate.<br />

Bid data / information for a particular Tender may be submitted only using the Digital<br />

Certificate which is used to encrypt the data / information and sign the hash value<br />

during the Bid Preparation and Hash Submission stage. In case during the process of<br />

preparing and submitting a Bid for a particular Tender, the Contractor loses his/her<br />

Digital Signature Certificate (i.e. due to virus attack, hardware problem, operating<br />

system problem); he / she may not be able to submit the Bid online. Hence, the Users<br />

are advised to store his / her Digital Certificate securely and if possible, keep a backup<br />

at safe place under adequate security to be used in case of need.<br />

In case of online tendering, if the Digital Certificate issued to an Authorized User of a<br />

Partnership firm is used for signing and submitting a bid, it will be considered<br />

equivalent to a no objection certificate / power of attorney to that User to submit the<br />

bid on behalf of the partnership Firm. The Partnership Firm has to authorize a specific<br />

individual via an authorization certificate signed by a partner of the firm (and in case<br />

the applicant is a partner, another partner in the same form is required to authorize.) to<br />

use the digital certificate as per Indian Information Technology Act. 2000.<br />

Unless the Digital Certificate is revoked it will be assumed to represent adequate<br />

authority of the Authority User to bid on behalf of the Firm for the Tenders processed<br />

on the Electronic Tender Management System of Government of Maharashtra as per<br />

Indian Information Technology Act 2000. The Digital Signature of this Authorized<br />

user will be binding on the Firm. It shall be the responsibility of partners of the firm to<br />

inform the certifying Authority or Sub Certifying Authority, if the Authorized User<br />

changes, and apply for a fresh Digital Signature Certificate. The procedure for<br />

application of a Digital Signature Certificate will remain the same for the new<br />

Authorized User.<br />

Contractor No. of Corrections Executive Engineer


10<br />

Dy.E.E.<br />

The same procedure holds true for the Authorized Users in a Private / Public Limited<br />

Company. In this case, the Authorization Certificate will have to be signed by the<br />

Director of the Company or the Reporting Authority of the Applicant.<br />

For information of the Process of application for obtaining Digital Certificate, the<br />

Contractors may visit the section Digital Certificate on the Home Page of the<br />

Electronic <strong>Tendering</strong> System.<br />

3. Recommended Hardware and Internet Connectivity :<br />

To operate on the Electronic <strong>Tendering</strong> System, the Contractors are recommended to<br />

use computer System with at least 1 GB of RAM and broadband connectivity with<br />

minimum 512 kbps bandwidth.<br />

4. Set up of Computer System for executing the operations on the Electronic<br />

<strong>Tendering</strong> System :<br />

To operate on the Electronic <strong>Tendering</strong> System of Government of Maharashtra, the<br />

Computer System of the Contractors is required be set up. The Contractors are<br />

required to install Utilities available under the section Mandatory Installation<br />

Components on the Home Page of the System.<br />

The utilities are available for download freely from the above mentioned section. The<br />

Contractors are requested to refer to the E-<strong>Tendering</strong> Toolkit for Bidders available<br />

online on the Home Page to understand the process of setting up the system. Or<br />

alternatively, contact the Helpdesk support Team on information / guidance on the<br />

process of setting up the System.<br />

5. Payment for Service Provider Fees :<br />

In addition to the Tender Document Fees payable to Public Works Department,<br />

Government of Maharashtra, the Contractors will have to pay Service Providers Fees<br />

of Rs. 1,038/- through online payments gateway service available on Electronic<br />

<strong>Tendering</strong> System For the list of options for making online payments, the Contractors<br />

are advised to visit the link E-Payment Options under the section E-<strong>Tendering</strong> Toolkit<br />

for Bidders on the Home Page of the Electronic <strong>Tendering</strong> System.<br />

Contractor No. of Corrections Executive Engineer


11<br />

Dy.E.E.<br />

B. Steps to be followed by Contractors to participate in the e-Tenders processed by<br />

PWD.<br />

1. Preparation of online Briefcase<br />

All Contractors enrolled on the Electronic <strong>Tendering</strong> System of Government of<br />

Maharashtra are provided with dedicated briefcase facility to store documents / files<br />

in digital format. The Contractors can use the online briefcase to store their scanned<br />

copies of frequently used documents / files to be submitted as a part of their bid<br />

response. The Contractors are advised to store the relevant documents in the briefcase<br />

before starting the Bid Preparation and submission stage.<br />

In Case, the Contractors have multiple documents under the same type (e.g. multiple<br />

Work Completion Certificates) as mentioned above, the Contractors advised to either<br />

create a single pdf file of all the documents of same type or compress the documents<br />

in a single compressed file in .zip or .rar formats and upload the same.<br />

It is mandatory to upload the documents using the briefcase facility. Therefore, the<br />

Contractors are advised to Keep the documents ready in the briefcase to ensure timely<br />

bid preparation.<br />

Note : Uploading of documents in the briefcase does not mean that the documents are<br />

available to PWD at the time of tender Opening stage unless the documents are<br />

specifically attached to the bid during the online Bid Preparation and Hash<br />

Submission stage as well as during Decryption and Re-encryption stage.<br />

2. Online viewing of Detailed Notice Inviting Tenders :<br />

The Contractors can view the Detailed Tender Notice along with the Time Schedule<br />

(Key Dates) for all the Live Tenders released by PWD on the home page of PWD e-<br />

<strong>Tendering</strong> Portal on http://pwd.maharashtra.etenders.in under the section Recent<br />

Online Tender.<br />

3. Download of Tender Documents :<br />

The Pre-qualification / Main Bidding Documents are available for free downloading.<br />

However to participate in the online tender, the bidder must purchase the bidding<br />

documents online by filling up details of Demand Draft towards the cost of tender<br />

form fee.<br />

Contractor No. of Corrections Executive Engineer


12<br />

Dy.E.E.<br />

4. Online Bid Preparation and submission of bid Hash (seal) of Bids<br />

Submission of Bids will be preceded by online bid preparation and submission of the<br />

digitally signed Bid Hashes (Seals) within the Tender Time Schedule (Key dates)<br />

published in the Detailed Notice Inviting Tender. The Bid Data is to be prepared in<br />

the templates provided by the <strong>Tendering</strong> Authority of PWD. The templates may be<br />

either form based, extensible tables and / or uploadable documents. In the form based<br />

type of templates and extensible table type of templates, the Contractors are required<br />

to enter the data and encrypt the data using the Digital Certificate.<br />

In case Uploadable document type of templates, the Contractors are required to select<br />

the relevant document / compressed file (containing multiple documents) already<br />

uploaded in the briefcase.<br />

Notes :<br />

a. The Contractors upload a single documents or a compressed file containing<br />

multiple documents against each unloadable option.<br />

b. The Hashes are the thumbprint of electronic data and are based on one – way<br />

algorithm. The Hashes establish the unique identity of Bid Data.<br />

c. The Bid hash values are digitally signed using valid class – II or Class – III<br />

Digital Certificate issued any Certifying Authority. The Contractors are required to<br />

obtain Digital Certificate in advance.<br />

d. After the hash value of bid is generated, the Contractors cannot make any<br />

change / addition in its bid data. The bidder may modify bids before the deadline for<br />

Bid Preparation and Hash Submission as per Time Schedule mentioned in the Tender<br />

documents.<br />

e. This stage will be applicable during both. Pre-bid / Pre-qualification and<br />

Financial Bidding Processes.<br />

5. Close for Bidding (Generation of super Hash Values) :<br />

After the expiry of the cut- off time of Bid Preparation and Hash Submission stage to<br />

be completed by the Contractors has lapsed, the Tender will be closed by the Tender<br />

Authority.<br />

The Tender Authority from PWD shall generate and digitally sign the Super Hash<br />

values (Seals)<br />

Contractor No. of Corrections Executive Engineer


13<br />

Dy.E.E.<br />

6. Decryption and Re-encryption of bids (submitting the Bids online) :<br />

After the time for generation of super hash values by the Tender Authority from PWD<br />

has lapsed, the Contractors have to make the online payment of Rs. 1038/- towards<br />

the fees of the Service Provider.<br />

After making online payment towards fees of Services provider, the Contractors are<br />

required to decrypt their bid data using their Digital Certificate and immediately reencrypt<br />

their bid data using the public key of the <strong>Tendering</strong> Authority. The Public<br />

Key of the <strong>Tendering</strong> Authority is attached to the Tender during the Close for Bidding<br />

stage.<br />

Note: The details of the Processing Fees shall be verified and matched during the<br />

Technical Opening stage.<br />

At this time the Contractors are also required to upload the files for which they<br />

generated the Hash values during the Bid Preparation and Hash Submission Stage.<br />

The Bid Data and Documents of only those Contractors who have submitted their Bid<br />

Hashes (Seals) Within the stipulated time (as per the Tender Time Schedule), will be<br />

available for decryption and re-encryption and to upload the relevant documents from<br />

Briefcase. A Contractor who has not submitted his Bid Preparation and Hash<br />

Submission stage within the stipulated time will not be allowed to decrypt / re-encrypt<br />

the bid data / submit documents during the stage of decryption and Re-encryption of<br />

bids (submitting the bids online).<br />

7. Short listing of Contractors for Financial Bidding Process :<br />

The <strong>Tendering</strong> Authority will first open the Technical Bid documents of all<br />

Contractors and after scrutinizing these documents will shortlist the Contractors who<br />

are eligible for Financial Bidding Process. The short listed Contractors will be<br />

intimated by email.<br />

8. Opening of the Financial Bids :<br />

The Contractors may remain present in the office of the Tender Opening Authority at<br />

the time of opening of Financial Bids. However, the results of the Financial Bids of<br />

all Contractors shall be available on the PWD e-<strong>Tendering</strong> Portal immediately after<br />

the completion of opening process.<br />

Contractor No. of Corrections Executive Engineer


14<br />

Dy.E.E.<br />

9. Tender Schedule ( Key Dates ) :<br />

The Contractors are strictly advised to follow the Dates and Times allocated to each<br />

stage under the column “Contractor Stage” as indicated in the Time Schedule in the<br />

Detailed tender Notice for the Tender. All the online activities are time tracked and<br />

the electronic <strong>Tendering</strong> System enforces time-locks that ensure that no activity or<br />

transaction can take place outside the Start and End Dates and time of the stage as<br />

defined in the Tender Schedule.<br />

At the sole discretion of the tender Authority, the time schedule of the Tender stages<br />

may be extended.<br />

1.4 Manner of Submission of Tender and its Accompaniments :<br />

ENVELOPE NO.1 : (Documents)<br />

A) The following documents shall be submitted online in “Envelope No.1”:<br />

1.4.1 Scan copy of tender form fee DD<br />

1.4.2 Scan copy of Government treasury challan or Term Deposit Receipt valid for a<br />

period of one year from any Schedule Bank or Nationalized Bank for the amount of<br />

earnest money, or valid certificate of exemption for payment of earnest money of the<br />

value of Rs. 2.00 lakhs, if applicable (true copy attested by a Gazetted Officer to be<br />

submitted as per tender schedule)<br />

1.4.3 Scan copy of Valid certificate as a Registered Contractor with the Government of<br />

Maharashtra in appropriate class as may be applicable in original or attested copy<br />

thereof (Attested by a Gazetted Officer)<br />

1.4.4 Scan copy of Sales Tax Registration Certificate in Form II, Rule 4(1) as provided by<br />

Maharashtra State, Sales Tax Act., (Maharashtra Act No.XXVI of 1989. The<br />

Maharashtra Sales Tax on transfer of property in Goods involved in execution of<br />

works contract (Re-enacted Act, 1989) from the Sales Tax Department of<br />

Maharashtra State, (in original or a copy duly attested by a Gazetted Officer.)<br />

And/OR<br />

Scan copy of a valid VAT registration certificate and VAT clearance certificate from<br />

Maharashtra State Sale Tax Department thereof duly attested by the Gazetted Officer.<br />

(Maharashtra Value Added Tax Act 2005)<br />

Contractor No. of Corrections Executive Engineer


15<br />

Dy.E.E.<br />

1.4.5 Scan copy of Abstract of list of Machinery and plants immediately available with the<br />

tenderer for use on this work and list of machinery proposed to be utilized on this<br />

work, but not immediately available and the manner in which it is proposed to be<br />

procured. (information to be given in Statement 2A , 2A1 and 2B on page No.<br />

29 to 31 )<br />

1.4.6 Scan copy of Proof of appointment of employees by way of valid Professional Tax<br />

Registration certificate in form PT/R/ under section (I) of section 5 of Maharashtra<br />

Sales Tax on Profession, Trade, Callings and employment Act,1975, rule 3(2) from<br />

the Professional Tax Officer of the concerned District in Maharashtra.<br />

1.4.7 USE OF SPECIALISED MACHINERY.<br />

i) For carrying out Earthwork, Asphalting and Concreting items of the work, use<br />

of specialized machinery as per latest M.O.R.T. & H standards list of machineries<br />

shown in the format as given on Page 28 to 31. It is necessary for the contractor to<br />

submit the abstract in statement 2A , 2A1 and 2B of such machinery in Envelope<br />

No.1 in the format as given on Page 29 to 31.<br />

ii) Scan copy of the Certificate of concerned Sub. Divisional Officer/Engineer (E.G.S.<br />

(P.W.) Sub Division, CHIPLUN) to the effect that the Plant to site of work (farthest point)<br />

by the shortest practicable route does not exceed 60 minutes .<br />

iii) Scan copy of Valid inspection certificate for Modern drum mix plant, Sensor Paver<br />

Finisher/Paver Finisher, Vibratory Roller/Power Roller, Mechanical Sprayer issued by<br />

Assistant Chief Engineer (Mechanical) that machinery is as per MORT & H Specifications.<br />

1.4.8 Scan copy of Abstract of work done during last three years with the value of work<br />

unfinished. (Information to be given in Statement No.1 on Page No.27.)<br />

1.4.9 Scan copy of Abstract of work of similar type and magnitude during last three years<br />

carried out by the contractor. (Information to be given in proforma of Statement No.2<br />

on Page 28)<br />

The Certificates of S.R. No.1.4.8 and 1.4.9 should be signed by the Authority with<br />

whom the contractor has executed the work.<br />

Contractor No. of Corrections Executive Engineer


16<br />

Dy.E.E.<br />

Tender costing below 1 Crore Tender costing Above 1 crore<br />

(For Qualifying Criteria)<br />

Similar type & magnitude 1) Satisfactorily completed as a prime contractor<br />

at least one similar work during last three<br />

years of value not less than Rs 34.00 lakhs<br />

(Rupees Thirty four lakhs) at the price level of<br />

2012- 2013.<br />

2) Scan copy of minimum quantities of work<br />

satisfactorily executed in any one year.<br />

(Information to be given only in Statement<br />

No.5 on Page 34) (As per detailed in<br />

1.4.15(b))<br />

3) Scan copy of Bid capacity statement<br />

certified by Chartered Accountant. (As per<br />

detailed in 1.4.15(c))<br />

1.4.10 Scan copy of Abstract of works in hand and works tendered for.<br />

(Information to be given in proforma of Statement No.3 on Page 32)<br />

1.4.11 Scan copy of Abstract of Technical Personnel on the rolls of the tenderer.<br />

(Information to be given in proforma of Statement No.4 on Page 33)<br />

1.4.12 Scan copy of Undertaking of contractor that he had studied all tender documents,<br />

conditions and especially work methodology.<br />

1.4.13 Scan copy of Tentative program of work in the form of Bar Chart shall be submitted.<br />

All the documents from Sr. No. 1.4.1 to 1.4.13 shall be correctly and completely<br />

submitted by contractor online, otherwise his Envelope No.2 will not be opened.<br />

B) The following documents shall be submitted by the contractor in sealed Envelop<br />

manually as per detailed in tender Notice.<br />

1) Tender Fee in the form of original D.D.<br />

2) Term Deposit Receipt valid for a period of one year from any Schedule Bank or<br />

Nationalized Bank for the amount of earnest money, or valid certificate of exemption<br />

(As per condition 1.4.2)<br />

3) All the Supporting Documents of work done certificates during last three years of<br />

concern department signed by competent authority whom the contractor has executed<br />

the work (As per condition 1.4.8)<br />

Contractor No. of Corrections Executive Engineer


17<br />

Dy.E.E.<br />

4) All the Supporting Documents of similar type of work and magnitude carried out by<br />

contractor of concern department signed by competent authority whom the contractor<br />

has executed the work (As per condition 1.4.9)<br />

5) All the Supporting Documents of work in hand and work tendered for of concern<br />

department signed by competent authority whom the contractor has executed the<br />

work (As per condition 1.4.10)<br />

6) Details of list of technical personal (project Manager having minimum qualification<br />

of B.E. (Civil) degree and not less than five years‟ experience or Diploma in civil<br />

engineering with not less than eight years of experience in construction of similar<br />

work and two site engineers with either B.E. (civil) degree with minimum 3 years‟<br />

experience or Diploma in civil engineering with five years‟ experience on works of<br />

Similar nature) and other key personnel as rolls of tenderer with adequate experience<br />

exclusively for this works as required. (As per condition 1.4.11)<br />

7) All the Supporting Documents of proof of list of machinery as per Statement No 2A<br />

and 2A1 ( as per condition 1.4.5 & 1.4.7)<br />

a) With a view to ascertain, whether these machinery is in possession of the<br />

contractor and whether he can make available such machinery immediately for use<br />

on the work, The details of machinery as above, shall be verified by the Department,<br />

if required, by physical verification of machinery owned or hired by the<br />

contractor, by visiting sites. Contractor should produce sufficient documentary<br />

evidence regarding ownership machinery in support of having owned or hired the<br />

obligatory machinery. The details of these specialized machinery required to be<br />

owned or hired and as per M.O.R.T. & H direction used on the work are given on<br />

Page 29 to 31 (Statement 2A, 2A1 & 2B) of N.I.T. In case, during physical<br />

verification of the details supplied by the bidder if it is found that the machinery is<br />

not meeting with the requirements of the Department, his tender in Envelope<br />

No.2 will not be considered for opening. For this purpose, contractor shall give<br />

information in proforma of Statement No.2 „A‟, 2A1 & 2B (Page 29 to 31)<br />

enclosed. The proforma of the Statement shall not be altered by contractor in any<br />

manner/case.<br />

Contractor No. of Corrections Executive Engineer


18<br />

Dy.E.E.<br />

a) The Certificate of concerned Sub. Divisional Officer/Engineer (E.G.S. (P.W.)<br />

Sub Division, CHIPLUN) to the effect that the Plant to site of work (farthest<br />

point) by the shortest practicable route does not exceed 60 minutes will be final<br />

and conclusive. This certificate has to be submitted manually, failing which it will<br />

be presumed that the Bidder‟s Plant does not fulfill the criteria of Plant to farthest<br />

point distance being within 60 minutes.<br />

b) Contractor should attached Valid inspection certificate for Modern drum mix plant,<br />

Sensor Paver Finisher/Paver Finisher, Vibratory Roller/Power Roller, Mechanical<br />

Sprayer issued by Assistant Chief Engineer (Mechanical) that machinery is as per<br />

MORT & H Specifications.<br />

The Contractor shall submit an affidavit in original (as per proforma given in page No.<br />

35) to the tender accepting authority on the due date as per tender schedule regarding<br />

availability of owned or hired machinery manually duly Notarified. Affidavit not<br />

conforming to the contents in the prescribed format, will not be accepted and Envelope<br />

No.2 will not be opened.<br />

This information shall be given by the contractor in Envelope No.1 correctly and<br />

completely in the statement No.2(„A‟1) with reference of page No. otherwise his<br />

Envelope No.2 will not be opened.<br />

1.4.14 Certified copy of Registration of Partnership Deed and Power of Attorney or copy of<br />

Company Registration from the Competent Authority in case of a firm tendering for<br />

work, Power of attorney shall be submitted. (True copy attested by a Gazetted<br />

Officer.)<br />

1.4.15 QUALIFYING CRITERIA<br />

(a)<br />

(b)<br />

To qualify for award of the contract, each tenderer in his name should have achieved<br />

an average annual financial turnover (in all classes of civil engineering construction<br />

works only.) of Rs. 81.00 lakhs (Rupees Eighty one lakhs only) during last three<br />

years at the price level of 2012-2013.<br />

Satisfactorily executed in any one year, the following minimum quantities of work<br />

(Information to be given manually in sealed Envelope only in Statement No.5<br />

enclosed herewith on Page 34.<br />

Contractor No. of Corrections Executive Engineer


19<br />

Dy.E.E.<br />

For bridge<br />

1 Plain and R.C.C. concrete 291.00 Cubic metre<br />

2 H.Y.S.D. Steel 15.00 Metric tonne<br />

Note 1 : Financial turnover and cost of completed works of previous year shall be<br />

given linear weightage of 10% per year on Rupee value to bring them at 2012-2013 price<br />

value.<br />

Note 2 : The necessary certificate as mentioned in qualification criteria are required to<br />

be obtained from the officer not below the rank of Executive Engineer / Divisional<br />

Accounts Officer. A copy of these certificate duly attested by a Gazetted Officer not below<br />

the rank of Deputy Engineer of P.W. Department, along with availability of equipment‟s<br />

for this work as mentioned in Sr. No. 1.4.5 shall be Submitted manually in Envelope No.1.<br />

In absence of these certificates Envelope No.2 (Financial Bid) shall not be opened.<br />

Note 3 : Signature of the officer checking / issuing requisite certificate should bear the<br />

name of the concerned officer.<br />

Note 4 : Statement No. 1 to 5 on Pages (27) to (34)<br />

All these statements shall be filled in and signed properly. If these Forms are found<br />

incomplete, incorrect, kept blank or wrongly filled, Contractor‟s Envelope No.2 (financial<br />

bid) will not be opened and his offer will be summarily rejected.<br />

Note 5 : The abstract of information in Statement No.1 on page (27) (Form showing<br />

work done in all classes of civil engineering construction works during last three years) shall<br />

be given in Statement No.1 in the proforma enclosed on page No.(27)<br />

The abstracted Statement (1 on page No.27) need to be signed by the tenderer or holder of his<br />

power of attorney.<br />

(c) Bidders who meet the minimum qualification criteria will be qualified only if their<br />

available bid capacity is more than the total bid value. The available bid capacity will be<br />

calculated as under :-<br />

Where ……<br />

Assessed Available Bid Capacity<br />

= [(A x N x 2) -B]<br />

A = maximum value of civil engineering works executed in any one year as a prime<br />

contractor during the last three years (updated to 2012-2013) taking into account the<br />

completed works as well as completed value of works in progress.<br />

N = Number of years prescribed for completion of the work for which bids are invited.<br />

Contractor No. of Corrections Executive Engineer


20<br />

Dy.E.E.<br />

B = Value as 2012-2013 price level of existing commitments and ongoing works to be<br />

completed during next 18 months (Period of completion of the work for which the bids are<br />

invited)<br />

Note : The statement showing the value of existing commitments and ongoing work as well<br />

as the stipulated period of completion remaining for each of the works listed should be<br />

countersigned by the officer not below the rank of the Executive Engineer / Divisional<br />

Accounts Officer. And Bid Capacity statement of the Contractor should be got certified<br />

from the Chartered Accountant.<br />

1.4.16 The contractor shall submit an affidavit in original (as per format given on Page<br />

No.36) to the tender accepting authority on due date as per tender schedule regarding<br />

completeness, correctness and truthfulness of documents shall be submitted manually<br />

in Envelope No.1. Separate Affidavit shall be submitted for each work in original.<br />

Affidavit shall be compulsorily Notarified. Affidavit not confirming to these<br />

conditions will not be accepted and Envelope No.2 will not be opened.<br />

1.4.17 The tenderer must have sufficient experience in the Bridge construction work.<br />

1.4.18 All the documents from Sr.No. 1.4.1 to 1.4.17 shall be correctly and completely given<br />

by contractor in sealed Envelope manually, alongwith tender fee in the form of<br />

original D.D., EMD. Original Affidavit as per Schedule Date of tender notice,<br />

otherwise his Envelope No.2 will not be opened.<br />

Even though the Bidder meet the above qualifying criteria, they are subject to be<br />

disqualified if they have made.<br />

Misleading or false representations in the Statements attachments submitted in proof<br />

of the qualification requirements.<br />

And / or<br />

Record of poor performance such as abandoning the works, not properly completing<br />

the contract, inordinate delays in completion, litigation history or financial failures<br />

etc.<br />

1.4.19 All corresponding paras pertaining to the tender related subject to Maharashtra P. W.<br />

Manual shall be applicable to this tender.<br />

Contractor No. of Corrections Executive Engineer


21<br />

Dy.E.E.<br />

1.5 ENVELOPE NO.2 <strong>TENDER</strong> (FINANCIAL BID)<br />

The second envelope clearly marked as “ Envelope No.2” shall contain only the main<br />

tender including the Common Set of Conditions / Deviations issued by the<br />

Department after the pre-tender Conference. A tender submitted without this would be<br />

considered as invalid.<br />

The Tenderer should quote his offer duly signed in terms of percentage of estimated<br />

rates at the appropriate place of tender documents (Page No. 47) to be submitted only<br />

in Envelope No.2 He should not quote his offer any where directly or indirectly in<br />

Envelope No.1. The contractor shall quote for the work as per details given in the<br />

main tender and also based on the detailed set of conditions issued / Additional<br />

stipulations made by the Department and made available to him on e<strong>Tendering</strong> Portal<br />

on Public Works Department Government of Maharashtra from Superintending<br />

Engineer/ Executive Engineer after Pre-Tender Conference. His tender shall be<br />

unconditional.<br />

1.6 SUBMISSION OF <strong>TENDER</strong> :-<br />

Refer to Section “ Guidelines to Bidders on the operations of Electronic<br />

<strong>Tendering</strong> System of Public Works Department “ for details.<br />

1.7 OPENING OF <strong>TENDER</strong>S :<br />

On the date, specified in the Tender Schedule, following procedure will be adopted<br />

for opening of the Tender.<br />

(A) ENVELOPE NO.1 :- ( Documents )<br />

First of all Documents submitted Online as well as manually in sealed<br />

Envelope will be opened to verify its contents as per requirements. If the various<br />

documents contained in this envelope do not meet the requirements of the<br />

Department, a note will be recorded accordingly by the tender opening authority and<br />

the said tenderer‟s Envelope No.2 will not be considered for further action and the<br />

same will be recorded.<br />

The decision of the tender opening authority in this regard will be final and<br />

binding on the contractors.<br />

Contractor No. of Corrections Executive Engineer


22<br />

Dy.E.E.<br />

(B) ENVELOPE NO.2 : (Financial Bid)<br />

a) This Envelope shall be opened online immediately after opening of Envelope<br />

No.1, only if contents of Envelope No.1 are found to be acceptable to the Department.<br />

The tendered rates in Schedule „B‟ or percentage above/below the estimated rates<br />

shall then be read out. (From Page No.47) in the presence of bidders who remain<br />

present at the time of opening of Envelope No.2.<br />

1.8 EARNEST MONEY :<br />

As shown on page No.2 & 5 Earnest Money should be paid in the State Bank of<br />

Hyderabad/State Bank of India or Reserve Bank of India or any Government Treasury<br />

under the Head “ 8443 Revenue Deposit” and the receipted challan should be<br />

submitted as per the tender schedule. Earnest money in the form of cheque or cash<br />

will not be accepted. Earnest money will be accepted in the form of certificate of<br />

exemption from payment of Earnest Money, or Term Deposit receipts valid for a<br />

period of one year (separately for each work) from the last date of submission of<br />

tender forms, issued by Scheduled Bank or Nationalized Bank and endorsed in the<br />

name of the Executive Engineer, Chiplun Public Works Division, Chiplun.<br />

Scanned copy of the above documents (as the case may be) shall be uploaded in<br />

Envelope No.1 online.<br />

The earnest money will be refunded in due course in case of tenderers whose tenders<br />

are not accepted. In case of successful tenderer the Earnest money will be<br />

refunded after recovering initial security deposit and completion of contract<br />

documents by the Tenderer. The amount of Earnest Money will be forfeited to<br />

Government in case the successful contractor does not pay the amount of initial<br />

security deposit within specified time limit. Earnest Money Exemption Certificate<br />

shall not be accepted in lieu of Earnest Money indicated elsewhere in the N.I.T.<br />

except in case of those bidders who have obtained Earnest Money exemption<br />

certificate after payment of Rs. 2.00 Lakhs to their Registration authorities after<br />

issuance of Government Resolution CAT - 1096/CR -172/Bldg-2 Dated 20/4/98.<br />

Contractor No. of Corrections Executive Engineer


23<br />

Dy.E.E.<br />

1.9 SECURITY DEPOSIT :<br />

The successful tenderer shall have to pay half the security deposit in approved<br />

security form (preferably in the form of National Saving Certificate) or in cash or in<br />

the form of Bank Guarantee (in the form as prescribed by Government) from any<br />

Schedule Bank or Nationalized Bank and balance Security Deposit will be<br />

recoverable through the bills at the percentage as shown in item(s) of the<br />

Memorandum in printed B-1 form or as may be decided by the Executive Engineer<br />

during course of execution of the work looking to the position and circumstances that<br />

may prevail, whose orders will be final and binding on the contractor.<br />

The security deposit for the due performance of the contract shall be as detailed in the<br />

Tender Documents elsewhere. Fifty percent of the security deposit will have to be<br />

deposited within ten days (including Government holidays) of the acceptance of the<br />

tender and the remaining fifty percent will be recovered from the Running Bills at the<br />

rate as specified in the tender form, on the cost of work as per C.S.R. prevailing at the<br />

time of acceptance of tender. Amount of total security deposit to be paid shall be 4%<br />

( Four percent) of the cost of work, worked out as per D.S.R. 2012-2013 for the<br />

respective District. Initial Security Deposit may be in Bank Guarantee form in format<br />

on Page 173 to 174 of tender document for full period of completion of work and it<br />

should be extendable upto expiry of valid extension if any, as directed by Engineer-incharge.<br />

1.10. Condition for payment of additional security deposit, if offer quoted by the<br />

tenderer is lesser than 15% below the cost put to tender.<br />

The contractor shall deposit an additional security deposit along with the security<br />

deposit as per clause 1.9 within 10 days of acceptance of tender in the form of Bank<br />

guarantee, when the below percentage quoted is more than 15% of cost put to tender.<br />

The amount of security deposit shall be worked out as per following formula.<br />

Additional Security Deposit = Rs. % rate quoted by the contractor -15 x 50/100 x<br />

100<br />

cost put tender (i.e. Rs. 1,07,78,183/-)<br />

If the contractor does not deposit this additional security deposit (if applicable) within<br />

stipulated time then his earnest money deposit will be forfeited and his tender will not<br />

be considered for acceptance.<br />

Contractor No. of Corrections Executive Engineer


24<br />

Dy.E.E.<br />

This additional security deposit shall be extendable upto expiry of valid extensions if<br />

any and it shall be refunded along with the final bill, after satisfactory completion of<br />

work.<br />

1.11 ISSUE OF FORMS:<br />

Information regarding contract as well as blank tender forms can be downloaded from<br />

the e<strong>Tendering</strong> website upon providing the details of the payment of cost as detailed<br />

in the N.I.T.<br />

1.12 TIME LIMIT :<br />

The work is to be completed within time limit as specified in the N.I.T. which shall be<br />

reckoned from the date of written order for commencing the work and shall be<br />

inclusive of monsoon period.<br />

1.13 <strong>TENDER</strong> RATE :<br />

No alteration in the form of tender and the schedule of tender and no additions in the<br />

scope of special stipulation will be permitted. Rates quoted for the tender shall be<br />

taken as applicable for all leads and lifts.<br />

1.14 <strong>TENDER</strong> UNITS :<br />

The tenderers should particularly note the units mentioned in the Schedule “B” on<br />

which the rates are based. No change in the units shall be allowed. In the case of<br />

difference between the rates written in figures and in words, the correct rate will be<br />

the one, which is lower of the two.<br />

1.15 CORRECTION :<br />

No corrections shall be made in the tender documents. Any corrections that are to be<br />

made, shall be made by crossing the incorrect portion and writing the correct<br />

portions above with the initials of tenderer.<br />

1.16 <strong>TENDER</strong>‟S ACCEPTANCE :<br />

Acceptance of tender will rest with the Superintending Engineer, P.W. Circle,<br />

Ratnagiri who reserves the right to reject any or all tenders without assigning any<br />

reason therefore. The tenderer whose tender is accepted will have to enter in to a<br />

regular B-1 agreement within 10 days of being notified to do so. In case of failure on<br />

the part of Tenderer to sign the agreement within the stipulated time, the earnest<br />

money paid by him shall stand forfeited to the Government and the offer of the<br />

tenderer shall be considered as withdrawn by him.<br />

Contractor No. of Corrections Executive Engineer


25<br />

Dy.E.E.<br />

1.17 CONDITIONAL <strong>TENDER</strong> :<br />

The tenders which do not fulfill the condition of the notification and the general rules<br />

and directions for the guidance of contractor in the agreement form or are incomplete<br />

in any respect are likely to be rejected without assigning any reason therefore.<br />

1.17(a) The Tenderers shall be presumed to have carefully examined the drawings,<br />

conditions and specifications of the work and have fully acquainted themselves with<br />

all details of the site, the conditions of rock and its joints, pattern, river, weather<br />

characteristics, labour conditions and in general with all the necessary information<br />

and data pertaining to the work, prior to tendering for the work.<br />

1.17(b) The data whatsoever supplied by the Department along with the tender<br />

documents are meant to serve only as guide for the tenderers while tendering and the<br />

Department accepts no responsibility whatsoever either for the accuracy of data or for<br />

their comprehensiveness.<br />

1.17(c) The quarries for extraction of metal, murum etc. provided in the sanctioned<br />

estimate are as per survey conducted by the Department. The Contractor should<br />

however examine these quarries and see whether full quantity of materials required<br />

for execution of the work strictly as per specification are available in these sources<br />

before quoting the rates. In case the materials are not available due to reasons<br />

whatsoever, the contractor will have to bring the materials from any other sources<br />

with no extra cost to Government. The rates quoted, should therefore be for all leads<br />

and lifts from wherever the materials are brought at site of work and inclusive of<br />

royalty to be paid to the Revenue Department by the Contractor.<br />

1.18 POWER OF ATTORNEY :<br />

If the tenderers are a firm or company, they should in their forwarding letter mention<br />

the names of all the partners together with the name of the person who holds the<br />

power of Attorney, authorizing him to conduct all transactions on behalf of the body,<br />

in sealed Envelope submitted by manually.<br />

1.19 The tenderer may, in the forwarding letter, mention any points be may wish to make<br />

clear but the right is reserved to reject the same or the whole of the tenders if the same<br />

become conditional tender thereby.<br />

Contractor No. of Corrections Executive Engineer


26<br />

Dy.E.E.<br />

1.20 The contractor or the firms tendering for the work shall inform the Department if they<br />

appoint their authorized Agent on the work.<br />

1.21 No foreign exchange will be released by the Department for the purchase of plants<br />

and machinery for the work by the Contractor.<br />

1.22 Any dues arising out of contract will be recovered from the contractor as arrears of<br />

Land Revenue, if not paid amicably. Moreover, recovery of Government dues from<br />

the Contractors will be effected from the payment due to the Contractor from any<br />

other Government works under execution with them.<br />

1.23 All scanned pages of tender documents, conditions, specifications, correction slips<br />

etc. shall be initialed by the tenderer. The tender should bear full signature of the<br />

tenderer, or his authorized power of Attorney holder in case of a firm.<br />

1.24 The Income Tax at 2.30 % including surcharge or percentage in force from time to<br />

time or at the rate as intimated by the competent Income Tax authority shall be<br />

deducted from bill amount whether measured bill, advance payment or secured<br />

advance.<br />

1.25 The successful tenderer will be required to produce to the satisfaction of the specified<br />

concerned authority a valid concurrent license issued in his favour under the<br />

provisions of the Contract Labour (Regulation and Abolition) Act 1970 for starting<br />

the work. On failure to do so, the acceptance of the tender shall be liable to be<br />

withdrawn and also liable for forfeiture of the earnest money.<br />

1.26 The tenderer shall submit the list of apprentices engaged by the Contractor under<br />

Apprentice Act.<br />

1.27 VALIDITY PERIOD :<br />

The offer shall remain open for acceptance for minimum period of 120 days from the<br />

Date of opening of Envelope No.2 (Financial Bid) and thereafter until it is withdrawn<br />

by the contractor by notice in writing duly addressed to the authority opening the<br />

tender and sent by Registered Post Acknowledgment due. (ref. to memorandum on<br />

Page 48 of B-1 Form Chapter)<br />

Contractor No. of Corrections Executive Engineer


27<br />

Dy.E.E.<br />

STATEMENT NO. 1<br />

STATEMENT SHOWING WORK DONE IN ALL CLASSES OF CIVIL<br />

ENGINEERING CONSTRUCTION WORKS DURING LAST THREE YEARS.<br />

NAME OF THE CONTRACTOR :<br />

Sr.<br />

No<br />

Name<br />

of the<br />

work<br />

Amount<br />

put to<br />

Tender /<br />

Tendere<br />

d cost.<br />

Agree<br />

ment<br />

No.<br />

Date<br />

of<br />

comm<br />

encem<br />

ent<br />

Ref. Page 15 Clause 1.4.8<br />

Amount of work done during Amount of<br />

each of last three years work still<br />

(Rs. In lakhs) remaining<br />

to be<br />

executed<br />

2010-11 2011-12 2012-13 2013-2014.<br />

(Rs. In<br />

lakhs)<br />

1 2 3 4 5 6 7 8 9 10<br />

Remarks<br />

SAMPLE FORM<br />

Grand Total :-<br />

Out ward No. and date of certificate issuing authority:<br />

Executive Engineer / Deputy Executive Engineer / Divisional Accounts Officer<br />

Note :<br />

This is only a standard form. Details are to be furnished in this<br />

format in the form of type written statements, which shall be<br />

enclosed in Envelope No.1.<br />

Contractor No. of Corrections Executive Engineer


28<br />

Dy.E.E.<br />

STATEMENT NO. 2<br />

DETAILS OF WORKS OF SIMILAR TYPE AND MAGNITUDE DURING LAST<br />

THREE YEARS CARRIED OUT BY THE CONTRACTOR.<br />

NAME OF THE CONTRACTOR :<br />

Ref. Page 15 Clause 1.4.9<br />

Sr.<br />

No<br />

.<br />

Name Name and Place Agree Date Tend Total Actual<br />

of the address of and ment of ered Cost of date of<br />

work the country No. comm cost. work comple<br />

organization<br />

encem<br />

done. tion<br />

for whom<br />

(Rs.<br />

ent<br />

(Rs. In<br />

the work<br />

In<br />

lakhs)<br />

was done.<br />

lakhs)<br />

1 2 3 4 5 6 7 8 9 10<br />

(Principal<br />

features<br />

in brief.)<br />

SAMPLE FORM<br />

Note :<br />

This is only a standard form; details are to be furnished in this format in<br />

the form of type written statements which shall be enclosed in<br />

Envelope No.1.<br />

Contractor No. of Corrections Executive Engineer


29<br />

STATEMENT NO. 2 „A‟<br />

(TO BE INCLUDED IN ENVELOPE NO.1)<br />

Dy.E.E.<br />

(Applicable for works for which use of modern machineries for asphalting and concreting is<br />

specified)<br />

Proforma for information regarding availability of machinery required for this work. (Ref 1.4.7 Page<br />

15) is given below :<br />

I) Documentary evidence regarding ownership or hire of following machineries required.<br />

II)<br />

Type of<br />

machine<br />

Contractor should produce documentary proof regarding ownership or hire of following<br />

machinery.<br />

Number of<br />

Units.<br />

Names of<br />

works on<br />

which<br />

deployed at<br />

present<br />

Location<br />

Output in<br />

tonnes of<br />

mix per day.<br />

Quantity in tonnes of hot<br />

mix balance for<br />

execution on works in<br />

hand. (It should indicate<br />

the Qty. of B.M.<br />

S.D.B.C./A.C. yet to be<br />

completed at the time of<br />

submission of Tender<br />

The complete information in above proforma shall be submitted by Contractor in<br />

Envelope No.1. This information is a “MUST”<br />

1. MODERN DRUM MIX PLANT conforming to clause 504.3.4 of M.O.R.T. & H<br />

specification (of 2001)<br />

(The Contractor must own or hire Modern Drum Mix Plant of 30/40 Tonne minimum<br />

capacity.)<br />

2. VIBRATORY ROLLER AND STATIC ROLLER OF 8 TO 10 TONNE STATIC WEIGHT<br />

(The Contractor must own or hire Vibratory and Static Roller of 8 to 10 Tonne Static<br />

weight.)<br />

3. Sensor Paver Finisher Confirming to 504.3.5 of M.O.R.T. & H specification of (2001) for<br />

exclusive use on this work and produce sufficient documentary evidence of ownership or<br />

hire.<br />

4. Concrete Mixer with weigh batcher - 2 Nos. (Own)<br />

5. Tippers/Truck - 2 Nos. (Own)<br />

6. Needle Vibrator - 2 Nos. (Own)<br />

7. Pump 5 BHP for dewatering - 2 Nos. (Own)<br />

8. Sand washing machine - 1 No. (Own)<br />

9. Compressor - 1 No. (Own or Hire)<br />

10. Plate Vibrator - 1 No. (Own)<br />

11. Boozer - 1 No. (Own or Hire)<br />

12. Mechanical Sprayer - 1 No. (Own or Hire)<br />

The Certificate of concerned Sub. Divisional Officer/Engineer (E.G.S. (P.W.) Sub Division,<br />

Chiplun) to the effect that the Plant to site of work (farthest point) by the shortest practicable route<br />

does not exceed 60 minutes will be final and conclusive. This certificate has to be enclosed in the<br />

Envelope No.1, failing which it will be presumed that the Bidder‟s Plant does not fulfill the criteria of<br />

Plant to farthest point distance being within 60 minutes.<br />

Documentary evidence regarding ownership or hire of above machineries required.<br />

1) Contractor should attached Valid inspection certificate for Modern drum mix plant, Sensor<br />

Paver Finisher/Paver Finisher, Vibratory Roller/Static Roller, Mechanical Sprayer issued by Assistant<br />

Chief Engineer (Mechanical) that machinery is as per MORT & H Specifications.<br />

2) In case the contractor proposes to hire the required machinery stated above agreement<br />

proforma given on Page No.37 shall be used and same shall be enclosed in Envelope No.1<br />

Contractor No. of Corrections Executive Engineer


30<br />

STATEMENT NO. 2 „A‟ 1<br />

(TO BE INCLUDED IN ENVELOPE NO.1)<br />

(Applicable for works for which use of modern machineries for asphalting is specified)<br />

Dy.E.E.<br />

Proforma for information regarding availability of machinery required for this work. (Ref 1.4.7 Page<br />

15) is given below :<br />

I) Documentary evidence regarding ownership or hire as shown on Page No.29 of following<br />

II)<br />

Equipment<br />

1) Vibratory<br />

Roller<br />

2) Static<br />

Roller<br />

3) Boozer<br />

4) Dozer<br />

5) Mechanical<br />

Sprayer<br />

6) Compressor<br />

7) Truck/<br />

Tipper<br />

8) Sensor<br />

Paver<br />

finisher<br />

9) Modern<br />

drum mix<br />

plant<br />

30/40<br />

tonne<br />

minimum<br />

capacity<br />

10) Concrete<br />

Mixer with<br />

weigh<br />

batcher<br />

11) Needle<br />

Vibrator<br />

12) Surface<br />

Vibrator<br />

13) Water<br />

Pump<br />

15) Plate<br />

Vibrator<br />

machineries required.<br />

Contractor should produce documentary proof regarding ownership or hire as shown on<br />

Page No.29 of following machinery.<br />

Name of<br />

Manufa<br />

cture<br />

Model<br />

&<br />

Power<br />

&<br />

Rating<br />

List of Plants & Equipment's<br />

Capacity<br />

Year of<br />

Manufacture<br />

& details of<br />

current<br />

commission<br />

Current<br />

Location<br />

Source of<br />

Equipment<br />

own/leased/<br />

specifically<br />

manufacture<br />

Reference<br />

of Page No.<br />

of<br />

document<br />

attached<br />

The complete information in above proforma shall be submitted by Contractor in Envelope<br />

No.1. This information is a “MUST”<br />

In case the contractor proposes to hire machineries stated above agreement proforma given on Page<br />

No.37 shall be used and same shall be enclosed in Envelope No.1<br />

Contractor No. of Corrections Executive Engineer


31<br />

Dy.E.E.<br />

(TO BE INCLUDED IN ENVELOPE NO.1)<br />

STATEMENT NO.2 “B” SHOWING DETAILS OF DRUM MIX PLANT<br />

REQUIRED FOR THIS WORK<br />

Details of Drum Mix Plant available with the tenderer for this work.<br />

1. Drum Mix Plants Capacity :<br />

a. Name of Manufacturer :<br />

b. Date of Purchase. :<br />

c. Present location :<br />

d. Name of work on which deployed :<br />

e. Name and address of Engineer - in - charge. :<br />

f. Anticipated date of completion of<br />

Work on which deployed. :<br />

STATEMENT SHOWING DETAILS OF SENSOR PAVER FINISHER<br />

REQUIRED FOR THIS WORK<br />

Details of Sensor Paver Finisher available with the tenderer for this work.<br />

1. Sensor Paver Finisher :<br />

a. Name of Manufacturer :<br />

b. Date of Purchase. :<br />

c. Present location :<br />

d. Name of work on which deployed :<br />

e. Name and address of Engineer - in - charge. :<br />

f. Anticipated date of completion of<br />

Work on which deployed. :<br />

STATEMENT SHOWING DETAILS OF VIBRATORY AND STATIC ROLLER<br />

AVAILABLE WITH THE <strong>TENDER</strong>ER REQUIRED FOR THIS WORK<br />

Details of Vibratory Roller and Static Roller available with the tenderer for this work.<br />

1. Vibratory and Static Roller (Static weight) :<br />

a. Name of Manufacturer :<br />

b. Date of Purchase. :<br />

c. Present location :<br />

d. Name of work on which deployed :<br />

e. Name and address of Engineer - in - charge. :<br />

f. Anticipated date of completion of<br />

Work on which deployed.<br />

Contractor No. of Corrections Executive Engineer


32<br />

Dy.E.E.<br />

STATEMENT NO.3<br />

DETAILS OF WORKS IN HAND AND WORKS <strong>TENDER</strong>ED<br />

NAME OF THE CONTRACTOR :<br />

FOR AS ON ________________________<br />

(I) WORKS IN HAND<br />

Ref. Page 16 Clause 1.4.10<br />

Sr. Name Agree Tendered Date Stipulated Value Value of Probable<br />

No of the ment Amount. of date of of work Balance date of<br />

. work No. (Rs. in comm completio already work to completi<br />

lakhs) encem n. done. be on.<br />

executed<br />

ent.<br />

(Rs. In<br />

(Rs. In<br />

lakhs)<br />

lakhs)<br />

1 2 3 4 5 6 7 8 9 10<br />

SAMPLE FORM<br />

Remarks<br />

Sr.<br />

No.<br />

Name of<br />

the work<br />

Name and<br />

Address of<br />

Client.<br />

(II) WORKS <strong>TENDER</strong>ED FOR<br />

Tendered<br />

Amount.<br />

(Rs. In<br />

lakhs)<br />

Time<br />

limit<br />

Probable date<br />

when decision is<br />

expected<br />

Other<br />

relevant<br />

details, if<br />

any.<br />

1 2 3 4 5 6 7<br />

SAMPLE FORM<br />

Note : 1) This is only a standard form. Details are to be furnished in this<br />

format in the form of type written statements which shall be<br />

enclosed in Envelope No.1.<br />

Contractor No. of Corrections Executive Engineer


33<br />

Dy.E.E.<br />

STATEMENT NO. 4<br />

STATEMENT SHOWING TECHNICAL PERSONNEL AVAILABLE WITH<br />

CONTRACTOR WHICH CAN BE SPARED EXCLUSIVELY FOR THIS WORK.<br />

NAME OF THE CONTRACTOR :<br />

Sr.<br />

No<br />

Designation<br />

Name<br />

of<br />

person<br />

Qualification<br />

Ref. Page 16 Clause 1.4.11<br />

Professional Experience of work<br />

carried out<br />

1 2 3 4 5 6<br />

Remarks<br />

SAMPLE FORM<br />

Note :<br />

This is only a standard form. Details are to be furnished in this<br />

format in the form of type written statements, which shall be<br />

enclosed in Envelope No.1.<br />

Contractor No. of Corrections Executive Engineer


34<br />

Dy.E.E.<br />

STATEMENT NO.5<br />

STATEMENT SHOWING QUANTITIES OF WORK EXCUTED IN ANY ONE YEAR<br />

DURING LAST THREE YEARS.<br />

NAME OF THE <strong>TENDER</strong>ER :- _____________________________________<br />

Ref. Page No.18, Clause No. 1.4.15 (b)<br />

Year Quantity of Item of work performed Remarks<br />

(Indicate<br />

Contract<br />

Reference<br />

Plain and RCC concrete<br />

(in Cubic metre)<br />

Steel bar reinforcement<br />

(In Metric tonne)<br />

2010-2011<br />

2011- 2012<br />

2012- 2013<br />

Note :<br />

This is only a standard form. Details are to be furnished in this<br />

format in the form of type written statements, which shall be<br />

enclosed in Envelope No.1.<br />

Contractor No. of Corrections Executive Engineer


35<br />

Dy.E.E.<br />

100 Rs.Bond<br />

xɨÉÖxÉÉ ºÉiªÉ|ÉÊiÉYÉÉ ±ÉäJÉ<br />

ºÉiªÉ|ÉÊiÉYÉÉ ±ÉäJÉ (Affidavit)<br />

1. Affidavit shall be Notarified.<br />

2. Separate Affidavit shall be submitted for each work in original.<br />

¨ÉÒ --------------------------------------------------- ´ÉªÉ ´É¹Éæ -------------<br />

®úɽþhÉÉ®ú ---------------------------------------------------------------------------- ªÉÉ<br />

ºÉiªÉ|ÉÊiÉYÉÉ ±ÉäJÉÉuùÉ®äú ʱɽÚþxÉ näùiÉÉä EòÒ, ¨ÉÒ ----------------------------------------------------------<br />

------------- ªÉÉ ¡ò¨ÉÇSÉÉ/ EÆò{ÉxÉÒSÉÉ |ÉÉä|ÉɪÉ]õ®ú/ ¨ÉÖJÉiªÉÉ®ú +ºÉÚxÉ -------------------------------- ªÉÉ<br />

EòɨÉɺÉÉ`öÒ ÊxÉÊ´ÉnùÉ ºÉÉnù®ú Eäò±ÉÒ +ɽäþ. ºÉnù®ú ÊxÉÊ´Énäù¨ÉvªÉä =¹hÉʨɸÉÒiÉ (Hot Mix Hot Laid) ªÉÉ<br />

b÷ÉƤɮúÒEò®úhÉÉSªÉÉ EòɨÉÉSÉÉ ºÉ¨ÉÉ´ÉäÉ +ºÉÚxÉ, ºÉnù®ú EòÉ¨É Eò®úhÉäEò®úÒiÉÉ +ɴɪÉEò ªÉÆjɺÉɨÉÖOÉÒ VɺÉä ½þÉì]õ<br />

ʨÉCºÉ/ bÅ÷¨É ʨÉCºÉ {±Éìx]õ, ºÉäxºÉ®ú {Éä´½þ®ú Ê¡òxÉÒÉ®ú, ¨ÉäEìòÊxÉEò±É +º¡òɱ]õ º{Éä+®ú, ´½þɪɥÉä]õ®úÒ ®úÉä±É®ú,<br />

º]ìõÊ]õC ®úÉä±É®ú


36<br />

Dy.E.E.<br />

100 Rs.Bond<br />

xɨÉÖxÉÉ ºÉiªÉ|ÉÊiÉYÉÉ ±ÉäJÉ<br />

ºÉiªÉ|ÉÊiÉYÉÉ ±ÉäJÉ (Affidavit)<br />

1. Affidavit shall be Notarified.<br />

2. Separate Affidavit shall be submitted for each work in original.<br />

¨ÉÒ --------------------------------------------------- ´ÉªÉ ´É¹Éæ -------------<br />

®úɽþhÉÉ®ú ---------------------------------------------------------------------------- ªÉÉ<br />

ºÉiªÉ|ÉÊiÉYÉÉ ±ÉäJÉÉuùÉ®äú ʱɽÚþxÉ näùiÉÉä EòÒ, ¨ÉÒ ----------------------------------------------------------<br />

------------- ªÉÉ ¡ò¨ÉÇSÉÉ/ EÆò{ÉxÉÒSÉÉ |ÉÉä|ÉɪÉ]õ®ú +ºÉÚxÉ -------------------------------- ªÉÉ EòɨÉɺÉÉ`öÒ<br />

ÊxÉÊ´ÉnùÉ ºÉÉnù®ú Eäò±ÉÒ +ɽäþ. ºÉnù®ú ÊxÉÊ´ÉnäùSªÉÉ Envelope No.1 ¨ÉvªÉä VÉÒ EòÉMÉnù{ÉjÉä ºÉÉnù®ú Eäò±ÉÒ +ɽäþiÉ iÉÒ<br />

JÉ®úÒ, ¤É®úÉä¤É®ú ´É {ÉÚhÉÇ +ɽäþiÉ. iªÉɨÉvªÉä EòÉähÉiªÉɽþÒ jÉÖ]õÒ, SÉÖEòÉ xÉɽþÒiÉ +ºÉä É{ÉlÉ{ÉÚ´ÉÇEò ¨ÉÉxªÉ Eò®úÒiÉ +ɽäþ.<br />

ªÉÉ EòÉMÉnù{ÉjÉÉƨÉvªÉä EòɽþÒ SÉÖEòÒSÉÒ, ÊnùÉɦÉÚ±É Eò®úhÉÉ®úÒ, JÉÉä]õÒ ´É iɺÉäSÉ +{ÉÚhÉÇ ¨ÉÉʽþiÉÒ +Éfø³ý±ªÉɺÉú ¨ÉÒ<br />

EòɪÉnäùÉÒ®ú EòɪÉÇ´ÉɽþÒºÉ {ÉÉjÉ +ɽäþ ´É ®úɽþÒxÉ.<br />

EÆòjÉÉ]õnùÉ®úÉSÉÒ ºÉ½þÒ<br />

Contractor No. of Corrections Executive Engineer


37<br />

Dy.E.E.<br />

Rs.100/- Stamp Paper<br />

A G R E E M E N T<br />

This Agreement made on / /200 at .............................…….. between<br />

M/s .............................................................……….........……….............. having its office<br />

at ................................................……….....………............................. (herein referred to<br />

party of the first part)<br />

Where as the party of the second part is desires to take various works of<br />

Road Construction through contract with Public Works Department. Government of<br />

Maharashtra and the party of the first part is having its Drum Mix Plant/ Sensor Paver<br />

Finisher with Electronic Sensing Device to operate Asphalt work as per Government<br />

Specifications.<br />

First part of the party and second part of the party have agreed to have Mutual<br />

agreement that in the event of any asphalt work required to be carried out in the work of "<br />

CONSTRUCTION OF MAJOR BRIDGE CONNECTING DAHIVALI TO SAWARDA<br />

RAILWAY STATION ON KAPASHI RIVER ON VR-113 AT KM. 0/950 IN<br />

TALUKA CHIPLUN DISTRICT RATNAGIRI. (UNDER NABARD RIDF-XVIII)." by<br />

the second part of the party, the first part of the party shall make their Drum Mix Plant/<br />

Sensor Paver Finisher with Electronic Sensing Device confirming to Ministry of Road<br />

Transport & Highways, Specification. Fourth Revision, 2001 available for inspection,<br />

referred now in Para 1.4.7 of this tender document and then provide the same approved<br />

after inspection, available to carry out laying of asphalt work entrusted to the second part<br />

of the party (as per the specification laid down in the contract) on mutually agreed terms<br />

for this contract.<br />

The Agreement is valid for the actual period of physical completion of the said<br />

work for which this Agreement is made.<br />

In witness whereof, the first parties have executed this Agreement.<br />

WITNESS 1) ...........................................,<br />

2) ..........................................., Signature of First Party<br />

WITNESS 1) ..........................................,<br />

2) .........................................., Signature of Second Party<br />

Contractor No. of Corrections Executive Engineer


Dy.E.E.<br />

38<br />

BLANK PAGE<br />

Contractor No. of Corrections Executive Engineer


39<br />

Dy.E.E.<br />

NAME OF WORK :- CONSTRUCTION OF MAJOR BRIDGE CONNECTING<br />

DAHIVALI TO SAWARDA RAILWAY STATION ON KAPASHI RIVER ON VR-<br />

113 AT KM. 0/950 IN TALUKA CHIPLUN DISTRICT RATNAGIRI. (UNDER<br />

NABARD RIDF-XVIII).<br />

SCOPE OF WORK<br />

The proposed work of Construction Of Major Bridge connecting Dahivali to<br />

Sawarda Railway station On Kapashi River VR-113 At Km. 0/950 is to be<br />

executed in Taluka Chiplun District Ratnagiri The construction of bridge of 4<br />

spans of 15.00 metre c/c and shall having following provisions, based on<br />

Standard Specifications wherever specified in the Schedue 'B'.<br />

BRIDGE :-<br />

1. Line out of bridge and approaches.<br />

3. Excavation for foundation in soft strata and hard strata for P.C.C.<br />

abutment and pier.<br />

4. Dewatering for Abutment and Piers.<br />

5. Trap rubble filling behind the abutment and returns and foundation.<br />

6. C.C.M-15 for foundation and R.C.C. M-30 in foundation footing and C.C.<br />

M-25 for abutments and R.C.C. M-30 for piers, R.C.C. M-30 for caps.<br />

7. Providing RCC M-30 for Girders & Slabs.<br />

8. Providing RCC M-30 for Kerbs.<br />

9. Providing and applying B.M. and B.C. on bridge portion.<br />

10. Providing T.M.T. Steel bar reinforcement for various RCC items.<br />

11. Providing railing of cement concrete M-30 Sanchi type.<br />

12. Other miscellaneous items such as Neoprene bearing, bituminous pad,<br />

expansion joint, flexible stone mat, marble tablet, trap rubble filling, kerbs<br />

& railing .<br />

APPROACHES :- Construction of approach road It consists<br />

following provision.<br />

Excavation for roadway, Earthwork in embankment, dry rubble<br />

masonry.<br />

Contractor No. of Corrections Executive Engineer


40<br />

Dy.E.E.<br />

WBM of trap oversize metal (15cm compact) for VR Standard<br />

width.<br />

Soft murum side shoulders<br />

Misc. Items such as Nabard information boards and any other<br />

items mentioned in Schedule ‘B’.<br />

The proposed work site is located on Dahivali to Sawarda<br />

Railway Station Road VR-113 as shown on Taluka map attached<br />

herewith.<br />

AVAILABILITY OF MATERIALS:-<br />

The materials required for this work except bitumen are generally<br />

available in the vicinity of site of work in normal condition.<br />

Necessary leads for steel and cement and bitumen is considered.<br />

Bitumen is to be procured from refinery at Mumbai.<br />

Contractor No. of Corrections Executive Engineer


41<br />

Dy.E.E.<br />

METHOD OF EXECUTION<br />

(GENERAL GUIDLINES)<br />

I<br />

II<br />

III<br />

On award of contract, the contractor shall construct temporary site office and<br />

take levels jointly with Engineer’s representative for existing cross section of the<br />

river and approach road. The centerline of bridge shall marked on site. This<br />

shall include erection of marking center line, pillars fixing pegs, setting up<br />

temporary bench mark at site. The line out bridge & approach shall be done<br />

with the help of Engineer in charge representative.<br />

The necessary arrangement for dewatering shall be done like providing<br />

cofferdam, bunds, diversion of river and pumping of water.<br />

The work of excavation for foundation in soft strata /hard strata & rubble<br />

filling bedding shall be done.<br />

IV The work of PCC M-25 for piers, abutments, RCC M-30 for returns and RCC M-<br />

30 caps are to be completed after completion of foundation.<br />

V<br />

VI<br />

The work of RCC M-30 main/cross girder shall be executed.<br />

The after construction of girder RCC M.30 kerbs, Sanchi type railing shall be<br />

constructed.<br />

VII<br />

VIII<br />

Miscellaneous items such as filling, flexible stone mat and trap rubble filling,<br />

marble tablet etc. shall be done later on.<br />

Earthwork in embankment for approach road, WBM road construction shall be<br />

taken up as soon as abutment & returns is completed.<br />

IX While doing B.T. work hot mix plant operation at plant site shall start at 8.00<br />

A.M. in the morning in presence of Engineer in charge or his assigned<br />

representative, (at plant) and laying shall be stopped before 5.30 P.M. The work<br />

of laying hot mix material shall invariably be stopped at 5.30 P.M. in the<br />

evening.<br />

X<br />

Barricading for excavated portion if required shall be provided by the<br />

contractor as directed by Engineer-in-charge.<br />

Contractor No. of Corrections Executive Engineer


42<br />

Dy.E.E.<br />

1) ADDITIONAL GENERAL SPECIFICATION FOR ORDINARY AND HIGH<br />

GRADE CONCRETE :-<br />

a) The test specimen should be formed by representative of the contractor in presence of<br />

a responsible officer of the rank of not lower than an Assistant Engineer / Deputy<br />

Engineer.<br />

b) The test specimen should be formed carefully and no claim shall be entertained later<br />

on the ground that the result of the test specimen did not give correct indication of the<br />

actual quality of concrete.<br />

c) The cement content shall be as per actual requirement of mix design.<br />

d) Payment :- a) The payment of such concrete work will not be made till the strength<br />

are ascertained.<br />

e) The payment of reinforcement of such affected items will not be made till the<br />

strengths of the concrete are ascertained.<br />

2. FORMWORK AND STAGING FOR BRIDGE STRUCTURES :-<br />

(a)<br />

(b)<br />

(c)<br />

(d)<br />

For bridge structure, forms for concrete shall be constructed of mild steel plates or<br />

marine plywood and be of substantial and rigid construction true to shape and<br />

dimensions shown on the drawings. Where metal forms are used, all bolts and rivets<br />

shall be counter sunk and well ground to provide in smooth plane surface.<br />

Forms shall be mortar tight and shall be sufficiently rigid by the use of ties and<br />

bracing to prevent any displacement or sagging between supports. They shall be<br />

strong enough to withstand all pressure, ramming, and vibration, without deflection<br />

from the prescribed lines occurring during and after placing the concrete and shall be<br />

tight enough to prevent any appreciable loss of concrete during vibration. Screw jacks<br />

or hard wood wedges where required shall be provided to make up any settlement in<br />

the formwork before or during the placing of concrete.<br />

Scheduled camber shall be provided in horizontal members of structures, specially in<br />

long spans to counteract the effects of any deflection. The formwork shall be so fixed<br />

as to provide for such camber, if required.<br />

Forms shall be so constructed as to be removed in sections in the desired sequence,<br />

without damaging the surface of concrete or disturbing other sections.<br />

Contractor No. of Corrections Executive Engineer


43<br />

Dy.E.E.<br />

FORM B-1<br />

PERCENTAGE RATE <strong>TENDER</strong> & CONTRACT FOR WORKS<br />

DEPARTMENT : PUBLIC WORKS DEPARTMENT.<br />

REGION : PUBLIC WORKS REGION, MUMBAI.<br />

CIRCLE : PUBLIC WORKS CIRCLE, RATNAGIRI.<br />

DIVISION : PUBLIC WORKS DIVISION, CHIPLUN.<br />

NAME OF WORK : CONSTRUCTION OF MAJOR BRIDGE CONNECTING<br />

DAHIVALI TO SAWARDA RAILWAY STATION ON KAPASHI RIVER ON VR-<br />

113 AT KM. 0/950 IN TALUKA CHIPLUN DISTRICT RATNAGIRI. (UNDER<br />

NABARD RIDF-XVIII).<br />

General Rules and Directions for the Guidance of Contractors<br />

11. All works proposed to be executed by contract shall be notified in a form of invitation<br />

to tender Online e-<strong>Tendering</strong> System also pasted on a board hung up in the office of the<br />

Executive Engineer and signed by the Executive Engineer, Chiplun Public Works<br />

Division, Chiplun.<br />

This form will state the work to be carried out as well as the date for submitting and<br />

opening tenders, and the time allowed for carrying out the work. Also the amount of earnest<br />

money to be deposited with the tender, and the amount of the security deposit to be deposited<br />

by the successful tenderer and the percentage, if any, to be deducted from bills. Copies of the<br />

specifications, designs and drawings and estimated rates, schedule rates and any other<br />

documents required in connection with the work shall be signed by the Executive Engineer<br />

for the purpose of identification and shall also be open for inspection to contractors at the<br />

office of Executive Engineer during office hours.<br />

Where the works are proposed to be executed according to the specifications<br />

recommended to a contractor and approved by a competent authority on behalf of the<br />

Governor of Maharashtra, such specifications with designs and drawings shall form part of<br />

the accepted tender.<br />

2. In the event of the tender being submitted by a firm, it must be signed separately by<br />

each partner thereof, and in the event of the absence of any partner, it shall be signed on his<br />

behalf by a person holding a power of attorney authorizing him to do so.<br />

2.(A)I) The contractor shall pay alongwith the tender the sum of Rs. 1,08,000/- (Rupees One<br />

lakh Eight thousand only.) as and by way of earnest money. The contractor may pay the said<br />

amount by forwarding alongwith the tender * Treasury challan or Term Deposit Receipt for<br />

the said amount drawn on any Scheduled Bank for the like amount infavour of the Executive<br />

Engineer. The said amount of earnest money shall not carry any interest what-so-ever.<br />

(P.W. & H. Deptt. Corrigendum No. CAT - 1073 / 16967 - D-3 Dt.14-5-76)<br />

* Strike out which is not required.<br />

Contractor No. of Corrections Executive Engineer


44<br />

Dy.E.E.<br />

II)<br />

In the event of his tender being accepted, subject to the provisions of sub-clause(iii)<br />

below, the said amount of earnest money shall be appropriated towards the amount of<br />

security deposit payable by him under conditions of General Conditions of contract.<br />

III)<br />

IV)<br />

If, after submitting the tender, the contractor withdraws his offer or modifies the<br />

same, or if, after the acceptance of his tender the contractor fails or neglects to furnish<br />

the balance of security deposit, within 10 days from receipt of acceptance letter<br />

without prejudice to any other rights and powers of the Government, hereunder, or in<br />

law, Government shall be entitled to forfeit the full amount of the earnest money<br />

deposited by him.<br />

In the event of this tender not being accepted, the amount of earnest money deposited<br />

by the contractor shall, unless it is prior thereto forfeited under the provisions of subclause<br />

(iii) above, be refunded to him on passing receipt therefor.<br />

(B. & C. Deptt. Resolution No. CAT - 1272 / 44277 -Q Dt. 3-3-73.)<br />

3. Receipts for payments made on account of any work, when executed by a firm, should<br />

also be signed by all the partners except where the contractors are described in their<br />

tender as a firm, in which case the receipt shall be signed in the name of the firm by<br />

one of the partners, or by some other person having authority to give effectual receipts<br />

for the firm.<br />

4. Any person who submits a tender shall fill up the usual printed form starting at what<br />

percentage above or below the rates specified in Schedule B (Memorandum showing<br />

items of work to be carried out) he is willing to undertake the work. Only one rate or<br />

such percentage on all the Estimated rates/Schedule rates shall be named Tenders,<br />

which propose any alteration in the works specified in the said form of invitation to<br />

tender, or in the time allowed for carrying out the work, or which contain any other<br />

conditions will be liable for rejection. No printed form of tender shall include a tender<br />

for more than one work but if contractor wishes to tender for two or more works, shall<br />

submit a separate tender for each. Tender shall have the name and number of the work<br />

to which they refer written outside the envelope.<br />

5. The Superintending Engineer/Executive Engineer or his duly authorized Assistant<br />

shall open tenders in the presence of contractors who have submitted tenders or their<br />

representatives who may be present at the time, and he will enter the amounts of the<br />

several tenders in a comparative statement in a suitable form. In the event of a tender<br />

being accepted, the contractor shall for the purpose of identification, sign copies of<br />

the specifications and other documents mentioned in Rule 1. In the event of tender<br />

being rejected, the Divisional officer shall authorize the Treasure Officer concerned to<br />

refund the amount of the earnest money deposited to the contractor making the tender,<br />

on his giving a receipt for the return of the money.<br />

6. The officer competent to dispose of the tenders shall have the right of rejecting all or<br />

any of the tenders.<br />

Contractor No. of Corrections Executive Engineer


45<br />

Dy.E.E.<br />

7. No receipt for any payment, alleged to have been made by a contractor in regard to<br />

any matter relating to this tender or the contract, shall be valid and binding on<br />

Government unless it is signed by the Executive Engineer.<br />

8. The memorandum of work to be tendered for and the schedule of materials to be<br />

supplied by the Public Works Department and their rates shall be filled in and<br />

complete by the office of the Executive Engineer before the tender form is issued. If a<br />

form issued to an intending tenderer has not been so filled in and completed, he shall<br />

request the said office to have this done before he completes and delivers his tender.<br />

9. All work shall be measured net by standard measure and according to the Rules and<br />

customs of the Public Works Department and their rates shall be without references<br />

to any local custom.<br />

10. Under no circumstances shall any contractor be entitled to claim enhanced rates for<br />

any item in this contract.<br />

11. All corrections and additions or pasted slips should be initialed.<br />

12. The measurements of work will be taken according to the usual methods in use in the<br />

Public Works Department and no proposals to adopt alternative methods will be<br />

accepted. The Executive Engineer‟s decision as to what is “the usual method in use in<br />

the Public Works Department” will be final.<br />

13. The tendering Contractor shall furnish a declaration alongwith the tender showing all<br />

works for which he has already entered into contract and the value of the work that<br />

remain to be executed in each case on the date of submitting the tender.<br />

14. In view of the difficult position regarding the availability of foreign exchange, no<br />

foreign exchange would be released by the Department for the purchase of plant and<br />

machinery required for the execution of the work contracted for.<br />

(GCD/PWD/CFM/1058/62517 OF 26.5.1959)<br />

Contractor No. of Corrections Executive Engineer


46<br />

Dy.E.E.<br />

15. The contractor will have to construct shed for storing controlled and valuable<br />

materials issued to him under Schedule „A‟ of the agreement, at work site having<br />

double locking arrangement. The materials will then be taken for use in the presence<br />

of the Departmental person. No material will be allowed to be removed from the site<br />

of works.<br />

16. The contractors shall also give a list of machinery in their own/hire and which they<br />

propose to use on the work.<br />

17. Successful tenderer shall have to produce to the satisfaction of the accepting authority<br />

a valid and current license issued in his favour under the provisions of Contract<br />

Labour (Regulation and Abolition) Act, 1973 before starting the work. Failing which,<br />

acceptance of the tender shall be liable for withdrawal and earnest money shall be<br />

forfeited to the Government (refere Government of Maharashtra, Irrigation and Power<br />

Department‟s letter No. Lab 1076h181/(666E-17), dated 8/9/1976.)<br />

18. The contractor shall comply with the provisions of Apprentices Act,1961 and the<br />

rules and orders issued thereunder from time to time. If he fails to do so, his failure<br />

shall be breach of the contract and the Chief Engineer Superintending Engineer, may<br />

in his discretion cancel the contract. The contractor shall also be liable for any<br />

pecuniary liability arising on account of any violation by him of the provisions of the<br />

said Act.<br />

Contractor No. of Corrections Executive Engineer


47<br />

<strong>TENDER</strong> FOR WORKS<br />

I/We hereby tender for the execution, for the Governor of Maharashtra<br />

( here-in-before and here-inafter referred to as “ Government”) of the<br />

work specified in the under written memorandum within the time<br />

specified in such memorandum at * _______________________<br />

percent Below/above the estimated rates entered in Schedule „B‟ (<br />

Memorandum showing items of work to be carried out ) and in<br />

accordance in all respects with the specifications, designs, drawings,<br />

and instructions in writing referred to in Rule 1 hereof and in Clause<br />

12 of the annexed conditions of contract and agree that when<br />

materials for the work are provided by the Government, such materials<br />

and the rate to be paid for them shall be as provided in Schedule „A”<br />

hereto.<br />

* In figures as<br />

well as in words<br />

Dy.E.E.<br />

MEMORANDUM<br />

(a) NAME OF WORK<br />

:- CONSTRUCTION OF MAJOR<br />

BRIDGE<br />

CONNECTING<br />

DAHIVALI TO SAWARDA<br />

RAILWAY STATION ON KAPASHI<br />

RIVER ON VR-113 AT KM. 0/950<br />

IN TALUKA CHIPLUN DISTRICT<br />

RATNAGIRI. (UNDER NABARD<br />

RIDF-XVIII).<br />

B) Estimated Cost : Rs. 1,07,78,183/-<br />

C) Earnest Money. : Rs. 1,08,000/-<br />

D) Security Deposit :<br />

I) Cash ( Not less than the amount Rs. 2,16,000/-<br />

of earnest money.)<br />

ii) To be deducted from : Rs. 2,16,000/-<br />

current bills.<br />

________________________<br />

Total Rs. 4,32,000/-_____<br />

E) Percentage, if any to be deducted from<br />

bills so as to make up the total amount<br />

required as security deposit by the time,<br />

half the work as measured by the costs<br />

is done<br />

F) Time allowed for the work<br />

from the date of written<br />

order to commence.<br />

FOUR PERCENT<br />

18 Calendar months<br />

(Eighteen months)<br />

(including monsoon)<br />

A) If several sub<br />

works are included<br />

they should be<br />

detailed in a separate<br />

list.<br />

C) The amount of<br />

earnest money to be<br />

deposited shall be in<br />

accordance with the<br />

provisions of paras<br />

206 & 207 of the<br />

M.P.W. manual.<br />

D) This deposit shall<br />

be in accordance<br />

with paras 213 &<br />

214 of the M.P.W.<br />

Manual.<br />

E) This percentage<br />

where necessary<br />

deposit is taken will<br />

vary from 5 percent<br />

to 10 percent<br />

according to the<br />

requirements of the<br />

case. Where security<br />

deposit is taken see<br />

note 1 to clause 1 of<br />

conditions of<br />

contract.<br />

F) Give schedule<br />

where necessary<br />

showing dates by<br />

which the various<br />

items are to be<br />

completed.<br />

Contractor No. of Corrections Executive Engineer


48<br />

Dy.E.E.<br />

2. I/We agree that the offer shall remain open for acceptance for a<br />

minimum period of 120 days from the date fixed for opening of envelope<br />

No.2 (Financial Bid) and thereafter until it is withdrawn by me/ us by<br />

notice in writing duly addressed to the authority opening the tenders and<br />

sent by registered post A.D. or otherwise delivered at the office of such<br />

authority . Treasury Bank Challan No. And date or Deposit At Call<br />

Receipt No.____________ and date ________ in respect of the sum of Rs.<br />

1,08,000/- (in words Rupees One lakh Eight thousand only) representing<br />

the earnest money is herewith forwarded. The amount of earnest money<br />

shall not bear interest and shall be liable to be forfeited to the Government,<br />

should I/We fail to (I) abide by the stipulation to keep the offer open for<br />

the period mentioned above or (II) Sign and complete the contract<br />

documents as required by the Engineer and furnish the security deposit as<br />

specified in item (d) of the memorandum contained in paragraph (1) above<br />

within the time limit laid down in clause (1) of the annexed General<br />

Conditions of contract. The amount of earnest money may be adjusted<br />

towards the security deposit or refunded to me/us if so, desired by me/ us<br />

in writing, unless the same or any part thereof has been forfeited as<br />

aforesaid.<br />

3. I/We have secured exemption from payment of earnest money after<br />

executing the necessary bond in favour of the Government, a true copy of<br />

which is enclosed herewith. Should any occasion for forfeiture of earnest<br />

money for this work arise due to failure on my/our part to (i) abide by the<br />

stipulations to keep the offer open for the period mentioned above or (ii)<br />

sign and complete the contract documents and furnish the security deposit<br />

as specified in item (d) of the Memorandum contained in paragraph (1)<br />

above within the time limit laid down in clause (1) of the annexed General<br />

Conditions of Contract, the amount payable by me/us may, at the option of<br />

the Engineer, be recovered out of the amount deposited in lump sum for<br />

securing exemption in so far as the same may extend in terms of the said<br />

bond and in the event of the deficiency out of any other moneys which are<br />

due or payable to me/us by the Government under any other contract or<br />

transaction of any nature whatsoever or otherwise.<br />

Contractor No. of Corrections Executive Engineer


49<br />

Dy.E.E.<br />

4. Should this tender be accepted I/We hereby agree to abide by<br />

and fulfill all the terms, and provisions of the conditions of contract<br />

annexed hereto so far as applicable, and in default thereof to forfeit and<br />

pay to Government the sums of money mentioned in the said<br />

conditions.<br />

Contractor :<br />

Address :<br />

Signature of Contractor<br />

before submission of<br />

the tender<br />

Dated _______The _______ day of _____ 20___<br />

(Witness) $ ____________________________<br />

Address _______________________________<br />

_______________________________<br />

$ Signature of witness to<br />

contractor‟s signature<br />

(Occupation) ___________________________<br />

The above tender is hereby accepted by me for and on behalf of the<br />

Governor of Maharashtra.<br />

Dated day of 20__ * Executive Engineer * Signature of the officer<br />

by whom accepted.<br />

Contractor No. of Corrections Executive Engineer


50<br />

CONDITIONS OF CONTRACT<br />

Dy.E.E.<br />

Security deposit<br />

PWD. Resolution<br />

No.CAT/1087/<br />

CR-94 Bldg 2<br />

dt. 14-6-89.<br />

Clause 1 - The person/persons whose tender may be accepted<br />

(hereinafter called the Contractor, which expression shall unless<br />

excluded by or repugnant to the context include his heirs, executors,<br />

administrators, and assigns ) shall (A) within 10 days (which may be<br />

extended by Superintending Engineer concerned up to 15 days if<br />

Superintending Engineer thinks fit to do so) of the receipt by him of the<br />

notification of the acceptance of his tender deposit with the Executive<br />

Engineer in cash or Government securities endorsed to the Executive<br />

Engineer (if deposited for more than 12 months) of the sum sufficient<br />

which will made up the full security deposit specified in the tender or (B)<br />

(Permit Government at the time of making any payment to him for work<br />

done under the contract to deduct such as will amount to * FOUR<br />

percent of all moneys so payable such deductions to be held by<br />

Government by way of security deposit. ) Provided always that in the<br />

event of the Contractor depositing a lump sum by way of security deposit<br />

as contemplated at above, then and in such case, if the sum so deposited<br />

shall not amount to FOUR percent of the total estimated cost of the<br />

work, it shall be lawful for Government at the time of making any<br />

payment to the Contractor for work done under the contract to make up<br />

the full amount of FOUR percent by deducting sufficient sum from<br />

every such payment as last aforesaid until the full amount of the security<br />

deposit is made up. All compensation or other sums of money payable<br />

by the Contractor to Government under the terms of his contract may be<br />

deducted from or paid by the sale of sufficient part of his security deposit<br />

or from the interest arising there form , or from any sums which may be<br />

due or may become due by Government to the Contractor under any<br />

other contract or transaction of any nature on any account whatsoever<br />

and in the event of his security deposit being reduced by reason of any<br />

such deduction or sale as aforesaid, the Contractor shall within ten days<br />

thereafter, make good in cash or Government securities endorsed as<br />

aforesaid any sum or sums which may have been deducted from, or<br />

raised by sale of his security deposit or any part thereof. The security<br />

deposit referred to, when paid in cash may, at the cost of the depositor,<br />

be converted into interest bearing securities provided that the depositor<br />

has expressly desired this in writing.<br />

Contractor No. of Corrections Executive Engineer


51<br />

Dy.E.E.<br />

The security deposit will not be accepted in forms of insurance<br />

company bonds as per Government orders contained in No.<br />

CCM/PWD/4250 DATED 27/12/1956.<br />

__________________________________________________<br />

Note : This will be the same percentage as that in the tender at (e) on<br />

Page No.47.<br />

If the amount of the security deposit be paid in a lump sum within the<br />

period specified at (A) above is not paid the tender/contract already<br />

accepted shall be considered as cancelled and legal steps taken against<br />

the Contractor for recovery of the amounts. The amount of the security<br />

deposit lodged by a Contractor shall be refunded alongwith the<br />

payment of the final bill, if the date up to which the Contractor has<br />

agreed to maintain the work in good order is over. If such date is not<br />

over, only 50% amount of security deposit shall be refunded alongwith<br />

the payment of the final bill. The amount of security deposit retained<br />

by the Government shall be released after expiry of period up to which<br />

the Contractor has agreed to maintain the work in good order is<br />

over. In the event of the Contractor failing or neglecting to complete<br />

rectification work within the period up to which the Contractor has<br />

agreed to maintain the work in good order, then subject to provision of<br />

Clauses 17 and 20 hereof the amount of Security Deposit retained by<br />

Government shall be adjusted towards the excess cost incurred by the<br />

Department on rectification work.<br />

Contractor No. of Corrections Executive Engineer


52<br />

Dy.E.E.<br />

Compensation for<br />

delay<br />

Clause 2 - “The time allowed for carrying out the work as entered in<br />

the tender shall be strictly observed by the Contractor and shall be<br />

reckoned from the date on which the order to commence the work is<br />

given to the Contractor. The work shall through the stipulated period<br />

of the contract be proceeded with, with all due diligence (time being<br />

deemed to be the essence of the contract on the part of the<br />

Contractor) and Contractor shall pay as compensation an amount<br />

equal to one percent or such smaller amount as the Superintending<br />

Engineer ( whose decision in writing shall be final ) may decide , of<br />

the amount of the estimated cost of the whole work as shown by the<br />

tender for every day that the work remains uncommenced , or<br />

unfinished after the proposed dates . And further to ensure good<br />

progress during execution of the work , the contractor shall be bound<br />

in all cases in which the time allowed for any work exceeds one<br />

month to complete.<br />

25 % of the work in ** 1/4 of the time As<br />

50 % do 1/2 of the time indicated<br />

100 % do 18 Months. in bar<br />

chart on<br />

Page 181.<br />

Full work to be completed in (18) EIGHTEEN Months including<br />

monsoon.<br />

In the event of the contractor failing to comply with this condition he<br />

shall be liable to pay as compensation an amount equal to one percent<br />

or such smaller amount as Superintending Engineer (whose decision<br />

in writing shall be final) may decide of the said estimated cost of the<br />

whole work for every day that due quantity , of work remains<br />

incomplete. Provided always that the total amount of compensation<br />

to be paid under the provisions of this clause shall not exceed 10 per<br />

cent of the estimated cost of the work as shown in the tender.<br />

Superintending Engineer shall be the final authority in this respect,<br />

irrespective of the fact that the tender is accepted by Chief Engineer/<br />

Superintending Engineer/Executive Engineer.<br />

Contractor No. of Corrections Executive Engineer


53<br />

Dy.E.E.<br />

Action when<br />

whole of security<br />

deposit is<br />

forfeited.<br />

Clause 3 :- In any case in which under any clause of this contract the<br />

contractor shall have rendered himself liable to pay compensation<br />

amounting to the whole of this security deposit (whether paid in one<br />

sum or deducted by installments) or in the case of abandonment of<br />

the work owing to serious illness or death of the contractor or any<br />

other cause, the Engineer, on behalf of the Governor of Maharashtra,<br />

shall have power to adopt any of the following courses, as he may<br />

deem best suited to the interest of Government :-<br />

(A) To rescind the contract (for which rescission notice in writing to<br />

the contractor under the hand of Executive Engineer shall be<br />

conclusive evidence) and in that case the security deposit of the<br />

contractor shall stand forfeited and be absolutely at the disposal of<br />

Government.<br />

(B) To carry out the work or any part of the work departmentally<br />

debiting the contractor with the cost of the work, expenditure<br />

incurred on tools and plant, and charges on additional supervisory<br />

staff including the cost of work-charged establishment employed for<br />

getting unexecuted part of the work completed and crediting him with<br />

the value of the work done departmentally in all respects in the same<br />

manner and at the same rates as if it had been carried out by the<br />

contractor under the terms of his contract. The certificate of the<br />

Executive Engineer as to the costs and other allied expenses so<br />

incurred and as to the value of the work so done departmentally shall<br />

be final and conclusive against the contractor.<br />

(C) To order that the work of the contractor be measured up to and<br />

take such part thereof as shall be unexecuted out of his hands, and to<br />

give it to another contractor to complete, in which case all expenses<br />

incurred on advertisement for fixing a new contracting agency,<br />

additional supervisory staff including the cost of work-charged<br />

establishment and the cost of the work executed by the new contract<br />

agency will be debited to the contractor and at the value of the work<br />

done or executed through the new contractor shall be credited to<br />

the contractor in all respects and in the same manner and at the same<br />

rates as if it had been carried out by the contractor under the terms of<br />

his contract. The certificate of the Executive Engineer as to all the<br />

cost of the work and other expenses incurred as aforesaid for or in<br />

getting the unexecuted work done by the new contractor and as to the<br />

value of the work so done shall be final and conclusive against the<br />

contractor.<br />

Contractor No. of Corrections Executive Engineer


54<br />

Dy.E.E.<br />

In case the contract shall be rescinded under clause (a) above the<br />

Contractor shall not be entitled to recover or be paid, any sum for any<br />

work therefore actually performed by him under this contract unless<br />

and until the Executive Engineer shall have certified in writing the<br />

performance of such work and the amount payable to him in respect<br />

thereof and he shall only be entitled to be paid the amount so certified.<br />

In the event of either of the courses referred to in clause (b) or (c)<br />

being adopted and the cost of work executed departmentally or<br />

through a new contractor and other allied expenses exceeding the<br />

value of such work credited to the Contractors, the amount of excess<br />

shall be deducted from any money due to the Contractor, by<br />

Government under the contract or otherwise howsoever or from his<br />

security deposit or the sale proceeds thereof provided, however that<br />

the Contractor shall have no claim against Government even if the<br />

certified value of the work done departmentally or through a new<br />

contractor exceeds the certified cost of such work and allied expenses,<br />

provided always that whichever of the three courses mentioned in<br />

clauses (a) , (b) or (c) is adopted by the Executive Engineer, the<br />

Contractor shall have no claim to compensation for any loss sustained<br />

by him by reason of his having purchased, or procured any materials,<br />

or entered into any engagements or made any advances on account of,<br />

or with a view to the execution of the work or the performance of the<br />

contract.<br />

Action when the<br />

progress<br />

of any particular<br />

portion<br />

of the work is<br />

unsatisfactory.<br />

Clause 4 - If the progress of any particular portion of the work is<br />

unsatisfactory, the Executive Engineer shall notwithstanding that the<br />

general progress of the work is in accordance with the conditions<br />

mentioned in clause 2, be entitled to take action under clause 3(b)<br />

after giving the Contractor 10 days notice in writing. The Contractor<br />

will have no claim for compensation, for any loss sustained by him<br />

owing to such action.<br />

Contractor No. of Corrections Executive Engineer


55<br />

Dy.E.E.<br />

Contractor<br />

remains liable<br />

to pay compensation<br />

if<br />

action not taken<br />

under<br />

Clause 3 & 4.<br />

Power to take<br />

possession<br />

of or require<br />

removal of<br />

or sell<br />

contractor’s<br />

plant.<br />

Extension of time.<br />

Clause 5 :- In any case in which any of the powers conferred upon<br />

the Executive Engineer by clause 3 and 4 hereof shall have become<br />

exercisable and the same shall not have been exercised, the non<br />

exercise thereof shall not constitute a waiving of any of the<br />

conditions hereof and such powers shall notwithstanding be<br />

exercisable in the event of any future case of default by the<br />

contractor for which under any clause hereof he is declared liable to<br />

pay compensation amounting to the whole of his security deposit and<br />

the liability of the contractor for past and future compensation shall<br />

remain unaffected. In the event of the Executive Engineer taking<br />

action under sub - clause (a) or (c) of clause 3, he may, if he so<br />

desires, take possession of all or any tools, plant, materials and stores,<br />

in or upon the works or the site thereof or belonging to the<br />

contractor, or procured by him and intended to be used for the<br />

execution of the work or any part thereof, paying or allowing for the<br />

same in account at the contract rates, or in the case of contract rates<br />

not being applicable at current market rates, to be certified by the<br />

Executive Engineer whose certificate thereof shall be final. In the<br />

alternative, the Executive Engineer may, after giving notice in<br />

writing to the contractor or his clerk of the work, foreman or other<br />

authorized agent require him to remove such tools and plants,<br />

materials, or stores from the premises within a time to be specified in<br />

such notice, and in the event of the contractor failing to comply with<br />

any such requisition, the Executive Engineer may remove them at<br />

the contractor‟s expenses or sell them by auction or private sale on<br />

account of the contractor and at his risk in all respects, and the<br />

certificate of the Executive Engineer as to the expenses of any such<br />

removal and the amount of the proceeds and expense of any such sale<br />

shall be final and conclusive against the Contractor.<br />

Clause 6 :- If the Contractor shall desire an extension of the time for<br />

completion of work on the ground of his having been unavoidably<br />

hindered in its execution or on any other grounds, he shall apply in<br />

writing to the Executive Engineer before the expiry of the period<br />

stipulated in the tender or before the expiration of 30 days from the<br />

date on which he was hindered as aforesaid or on which the cause for<br />

asking for extension occurred, whichever is earlier and the Executive<br />

Engineer/Superintending Engineer (as the case may be) may if in<br />

his opinion, there were reasonable grounds for granting an extension,<br />

grant such extension as he thinks necessary or proper. The decision of<br />

the Executive Engineer/Superintending Engineer (as the case may<br />

be) in this matter shall be final.<br />

Contractor No. of Corrections Executive Engineer


56<br />

Dy.E.E.<br />

Final Certificate<br />

Payment on<br />

intermediate<br />

certificate to be<br />

regarded as<br />

advances.<br />

Clause - 7 :- On the completion of the work the Contractor shall be<br />

furnished with a certificate by the Executive Engineer ( hereinafter<br />

called the Engineer-in-charge ) of such completion, but no such<br />

certificate shall be given nor shall the work be considered to be<br />

completed until the Contractor shall have remove from the premises<br />

on which the work shall have been executed, all scaffolding, surplus<br />

materials and rubbish and shall have cleaned off the dirt from all<br />

woodwork, doors, windows, walls, floor or other parts of any<br />

building in or upon which the work has been executed, or of which he<br />

may have had possession for the purpose of executing the wok nor<br />

until the work shall have been measured by the Engineer-in-charge or<br />

where the measurements have been taken by his subordinates until<br />

they have received approval of the Engineer-in-charge, the said<br />

measurements being binding and conclusive against the contractor. If<br />

the Contractor shall fail to comply with the requirements of this<br />

clause as to the removal of scaffolding, surplus materials and rubbish<br />

and the cleaning of dirt on or before the date fixed for the completion<br />

of the work the Engineer-in-charge may at the expense of the<br />

Contractor, remove such scaffolding, surplus materials and rubbish,<br />

and dispose off the same as he thinks fit and clean off such dirt as<br />

aforesaid and the Contractor shall forthwith pay the amount of all<br />

expenses so incurred, but shall have no claim in respect of any such<br />

scaffolding or surplus materials as aforesaid except for any sum<br />

actually realized by the sale thereof.<br />

Clause 8 :- No payment shall be made for any work, estimated to cost<br />

less than Rupees One Thousand till after the whole of work shall have<br />

been completed and a certificate of completion given. But in the case<br />

of works estimated to cost more than Rupees One Thousand, the<br />

Contractor shall on submitting a monthly bill therefore, be entitled to<br />

receive payment proportionate to the part of the work then approved<br />

and passed by the Engineer - in- charge, whose certificate if such<br />

approval and passing of the sum so payable shall be final and<br />

conclusive against the Contractor. All such intermediate payments<br />

shall be regarded as payments by way of advance against the final<br />

payments only and not as payments for work actually done and<br />

completed, and shall not preclude the Engineer-in-charge from<br />

requiring any bad, unsound, imperfect or unskillful work to be<br />

removed or taken away and reconstructed or re-erected nor shall any<br />

such payment be considered as an admission of the due performance<br />

of the Contract or any part thereof in any respect or the occurring of<br />

any claim, nor shall it conclude, determine or affect in any other<br />

way the powers of the Engineer- in-charge as to the final settlement<br />

and adjustment of the accounts or otherwise, or in any other way vary<br />

or affect the Contract. The final bill shall be submitted by the<br />

Contractor within one month of the date fixed for the completion of<br />

the work. otherwise the Engineer-in-charge's certificate of the<br />

measurements and of the total amount payable for the work shall be<br />

final and binding on all parties.<br />

Contractor No. of Corrections Executive Engineer


57<br />

Dy.E.E.<br />

Payment at<br />

reduced rates on<br />

account of items<br />

of work not<br />

accepted as<br />

completed to be<br />

at the desecration<br />

of the Engineer in<br />

charge.<br />

Clause 9 :-The rates for several items of works estimated to cost more<br />

than Rs.1000/- agreed to within shall be valid only when the item<br />

concerned is accepted as having been completed fully in accordance<br />

with the sanctioned specifications. In cases where the items of work<br />

are not accepted as so completed, the Engineer-in-charge may make<br />

payment on account of such items at such reduced rates as he may<br />

consider reasonable in the preparation of final or on-account bills.<br />

Bill to be<br />

submitted<br />

monthly.<br />

Clause 10 :- A bill shall be submitted by the Contractor in each<br />

month on or before date fixed by the Engineer-in-charge for all works<br />

executed in the previous month, and the Engineer-in-charge shall take<br />

or cause to be taken the requisites measurement for the purpose of<br />

having the same verified and the claim, so far as it is admissible, shall<br />

be adjusted , if possible, within ten days from the presentation of the<br />

bill. If the Contractor does not submit the bill within the time fixed as<br />

aforesaid, the Engineer-in-charge may depute a subordinate to<br />

measure up the said work in the presence of the Contractor or his duly<br />

authorized agent whose countersignature to the measurement list shall<br />

be sufficient warrant, and the Engineer-in-charge may prepare a bill<br />

from such list which shall be binding on the Contractor in all respect.<br />

Bills to be on<br />

printed form.<br />

Clause 11 - The Contractor shall submit all bills on the printed forms<br />

to be had on application at the office of the Engineer-in-charge. The<br />

charges to be made in the bills shall always be entered at the rates<br />

specified in the tender or in the case of any extra work ordered in<br />

pursuance of these conditions and not mentioned or provided for in<br />

the tender, at the rates hereinafter provided for such work.<br />

Contractor No. of Corrections Executive Engineer


58<br />

Dy.E.E.<br />

Stores supplied<br />

by Government.<br />

Clause 12 :- If the specification or estimate of the work provides for<br />

the use of any special description of material to be supplied from the<br />

stores of the Public Works Department store or if it is required that<br />

the contractor shall use certain stores to be provided by the Engineerin-charge<br />

(such material and stores and the prices to be charged<br />

therefore as hereinafter mentioned being so far as practicable for the<br />

convenience of the contractor but not so as in any way to control the<br />

meaning or effect of this contract specified in the schedule or<br />

memorandum hereto annexed) the contractor shall be supplied with<br />

such materials and stores as may be required from time to time to be<br />

used by him for the purpose of the contract only, and the value of the<br />

full quantity of the materials and stores so supplied shall be set off or<br />

deducted from any sums then due or thereafter to become due to the<br />

contractor under the contract, or otherwise, or from the security<br />

deposit, or the proceeds of the sale thereof, if the security deposit is<br />

held in Government securities, the same or a sufficient portion<br />

thereof shall in that case be sold for the purpose. All materials<br />

supplied to the contractor shall remain the absolute property of<br />

Government and shall on no account be removed from the site of the<br />

work, and shall at all times be open to inspection by the Engineer-incharge.<br />

Any such materials unused and in perfectly good condition at<br />

the time of completion or determination of the contract shall be<br />

returned to the Public Works Departmental store, if the Engineer-incharge<br />

so requires by a notice in writing given under his hand, but<br />

the contractor shall not be entitled to return any such materials except<br />

with consent of the Engineer-in-charge and he shall have no claim for<br />

compensation on account of any such material supplied to him as<br />

aforesaid but remaining unused by him or for any wastage or damage<br />

to any such materials.<br />

Clause 12 (A) :- All stores of controlled materials such as cement,<br />

steel etc., to be supplied by Government to the contractor should be<br />

kept by the contractor under lock and key and will be accessible for<br />

inspection by the Executive Engineer or his agent at all the times.<br />

Works to be<br />

executed in<br />

accordance with<br />

specifications<br />

drawings,<br />

orders, etc.<br />

Clause 13 :- The contractor, shall execute the whole and every part<br />

of the work in the most substantial and workman like manner, and<br />

both as regards materials and every other respect in strict accordance<br />

with specifications. The contractors shall also conform exactly, fully<br />

and faithfully to the designs, drawings and instructions in writing<br />

relating to the work signed by the Engineer-in-charge and lodged in<br />

his office and to which the contractor shall be entitled to have access<br />

for the purpose of inspection at such office, or on the site of the work<br />

during office hours. The contractor will be entitled to receive three<br />

sets of contract drawings and working drawings as well as one<br />

certified copy of the accepted tender along with the work order free<br />

of cost. Further copies of the contract drawings and working<br />

drawings if required by him, shall be supplied at the rate of<br />

Rs.300/- per set of contract drawings and Rs.150/- per working<br />

drawing except where otherwise specified.<br />

Contractor No. of Corrections Executive Engineer


59<br />

Dy.E.E.<br />

Alterations in<br />

specifications in<br />

designs not to<br />

invalidate<br />

contracts.<br />

Rates for works<br />

not entered in<br />

estimate, or<br />

schedule of rates<br />

of the contract.<br />

Extensions of time<br />

in consequence of<br />

additions or<br />

alterations.<br />

Clause 14 :- The Engineer-in-charge shall have power to make any<br />

alterations in or additions to the original specifications, drawings,<br />

designs, and instructions that may appear to him to be necessary or<br />

advisable during the progress of the work, and the Contractor shall be<br />

bound to carry out the work in accordance with any instructions in<br />

this connection which may be given to him in writing signed by the<br />

Engineer-in-charge and such alteration shall not invalidate the<br />

contract, and any additional work which the Contractor may be<br />

directed to do in the manner above specified as part of the work shall<br />

be carried out by the Contractor on the same conditions in all respects<br />

on which he agreed to do the main work, and at the same rates as are<br />

specified in the tender for the main work. And if the additional and<br />

altered work includes any class of work for which no rates is specified<br />

in this contract, then such class of work shall be carried out at the<br />

rates entered in the Schedule of Rates of the Division prevailing at the<br />

time when the extra items crop up or at the rates mutually agreed<br />

upon between the Engineer-in-charge and the contractor whichever<br />

are lower. If the additional or altered work for which no rate is<br />

entered in the Schedule of Rates of the Division, is ordered to be<br />

carried out before the rates are agreed upon then the Contractor shall<br />

within seven days of the date of receipt by him of the order to carry<br />

out the work inform the Engineer-in-charge of the rate which it is his<br />

intention to charge for such class of work, and if the Engineer-incharge<br />

does not agree to this rate, he shall by notice in writing be at<br />

liberty to cancel his order to carry out such class of work, and arrange<br />

to carry it out in such manner as he may consider advisable provided<br />

always that the Contractor shall commence work or incur any<br />

expenditure in regard thereto before the rates shall have been<br />

determined as lastly here in before mentioned, then in such case he<br />

shall only be entitled to be paid in respect of the work carried out or<br />

expenditure incurred by him prior to the date of the determination of<br />

the rates as aforesaid according to such rate or rates as shall be fixed<br />

by the Engineer-in-charge. In the event of a dispute, the decision of<br />

the Superintending Engineer of the Circle will be final.<br />

Where, however, the work is to be executed according to the<br />

designs, drawings and specifications recommended by the contractor<br />

and accepted by the competent authority the alterations above<br />

referred to shall be within the scope of such designs, drawings and<br />

specifications appended to the tender.<br />

The time limit for the completion of the work shall be extended in<br />

the proportion that the increase in its cost occasioned by alterations or<br />

additions bears to the cost of the original contract work, and the<br />

certificate of the Engineer-in-charge as to such proportion shall be<br />

conclusive.<br />

Contractor No. of Corrections Executive Engineer


60<br />

Dy.E.E.<br />

No claim to any<br />

payment or<br />

compensation for<br />

alteration in or<br />

restriction of<br />

work.<br />

CAT-1268/59382-<br />

Q<br />

DT.14-3-74.<br />

Clause 15 :- (1) If at any time after the execution of the contract<br />

documents, the Engineer shall for any reason what-so-ever (other than<br />

default on the part of the Contractor for which the Government is<br />

entitled to rescind the contract) desires that the whole or any part of<br />

the work specified in the tender should be suspended for any period or<br />

that the whole or part of the work should not be carried out at all, he<br />

shall give to the Contractor a notice in writing of such desire and upon<br />

the receipt of such notice the Contractor shall forthwith suspend or<br />

stop the work wholly or in part as required, after having due regard to<br />

the appropriate stage at which the work should be stopped or<br />

suspended so as not to cause any damage or injury to the work already<br />

done or endanger the safety thereof provided that the decision of the<br />

Engineer as to the stage at which the work or any part of it could be or<br />

could have been safely stopped or suspended shall be final and<br />

conclusive against the Contractor. The Contractor shall have no claim<br />

to any payment or compensation whatsoever by reason of or in<br />

pursuance of any notice as aforesaid, on account of any suspension,<br />

stoppage or curtailment except to the extent specified hereinafter.<br />

(2) Where the total suspension of work ordered as aforesaid<br />

continued for a continuous period exceeding 90 days the Contractor<br />

shall be at liberty to withdraw from the contractual obligations under<br />

the contract so far as it pertains to the unexecuted part of the work by<br />

giving a 10 days prior notice in writing to the Engineer, within 30<br />

days of the expiry of the said period of 90 days, of such intention and<br />

requiring the Engineer to record the final measurements of the work<br />

already done and to pay final bill. Upon giving such notice the<br />

Contractor shall be deemed to have been discharged from his<br />

obligation to complete the remaining unexecuted work under his<br />

contract. On receipt of such notice the Engineer shall proceed to<br />

complete the measurement and make such payment as may be finally<br />

due to the Contractor within a period of 90 days from the receipt of<br />

such notice in respect of the work already done by the Contractor.<br />

Such payment shall not in any manner prejudice the right of the<br />

Contractor to any further compensation under the remaining<br />

provisions of this clause.<br />

(3) Where the Engineer requires the Contractor to suspend the work<br />

for a period in excess of 30 days at any time or 60 days in the<br />

aggregate the Contractor shall be entitled to apply to the Engineer<br />

within 30 days of the resumption of work after such suspension for<br />

payment of compensation to the extent of pecuniary loss suffered by<br />

him in respect of working machinery rendered idle on the site or on<br />

account of his having had to pay the salary or wages of labour<br />

engaged by him during the said period of suspension, provided<br />

always that the contractor shall not be entitled to any claim in respect<br />

of any such working machinery, salary or wages for the first 30 days<br />

whether consecutive or in the aggregate of such suspension or in<br />

respect of any suspension whatsoever occasioned by unsatisfactory<br />

work or any other default on his part. The decision of the Engineer in<br />

this regard shall be final and conclusive against the Contractor.<br />

Contractor No. of Corrections Executive Engineer


61<br />

Dy.E.E.<br />

CAT-1268/59382<br />

Dsk-II dt.22-2-78.<br />

4. In the event of -<br />

i) Any total stoppage of work on notice from the Engineer<br />

under clause (1) in that behalf.<br />

ii)<br />

Withdrawal by the Contractor from the contractual obligations<br />

to complete the remaining unexecuted work under subclause<br />

(2) on account of continued suspension of work for a<br />

period exceeding 90 days.<br />

OR<br />

iii) Curtailment in the quantity of item or items originally<br />

tendered on account of any alteration, omission or substitutions in the<br />

specifications drawing, designs, or instructions under clause 14(1)<br />

where such curtailment exceeds 25% in quantity and the value of the<br />

quantity curtailed beyond 25 percent at the rates for the item<br />

specified in the tender is more than Rs. 5,000/-.<br />

It shall be open to the Contractor, within 90 days from the service<br />

of (i) the notice of stoppage of work or (ii) the notice of withdrawal<br />

from the contractual obligations under the contract on account<br />

of the continued suspension of work or (iii) notice under clause 15(1)<br />

resulting in such curtailment, to produce to the Engineer satisfactory<br />

documentary evidence that he had purchased for agreed to purchase<br />

material for use in the contract work, before receipt by him of the<br />

notice of stoppage, suspension or curtailment and require the<br />

Government to take over on payment such material at the rates<br />

determined by the Engineer, provided, however such rates shall in no<br />

case exceeds the rates at which the same were acquired by the<br />

Contractor. The Government shall thereafter take over the material so<br />

offered, provided the quantities offered, are not in excess of the<br />

requirements of the unexecuted work as specified in the accepted<br />

tender and are of quality and specifications approved by the Engineer.<br />

No claim to any<br />

payment or<br />

compensation for<br />

alteration in or<br />

restriction of<br />

work.<br />

Clause 15 (A) - The Contractor shall not be entitled to claim any<br />

compensation from Government for the loss suffered by him on<br />

account of delay by Government in the supply of materials entered in<br />

Schedule A where such delay in caused by -<br />

i) Difficulties relating to the supply of railway wagons.<br />

ii)<br />

iii)<br />

iv)<br />

Force majeure.<br />

Act of God.<br />

Act of enemies of the State or any other reasonable cause<br />

beyond the control of Government.<br />

Contractor No. of Corrections Executive Engineer


62<br />

Dy.E.E.<br />

Time limit for<br />

unforeseen<br />

claims.<br />

Action and<br />

compensation<br />

payable in case<br />

of bad work.<br />

P.W.D. Resolution<br />

No. CAT-1087/<br />

CR-94/<br />

Bldg.2 dt.14-6-89.<br />

Work’s to be<br />

opened to<br />

inspection.<br />

Contractor or<br />

responsible<br />

agent to be<br />

present.<br />

In the case of such delay in the supply of materials, Government<br />

shall grant such extension of time for the completion of the works as<br />

shall appear to the Executive Engineer to be reasonable in accordance<br />

with the circumstances of the case. The decision of the Executive<br />

Engineer as to the extension of time shall be accepted as final by the<br />

Contractor.<br />

Clause 16 :- Under no circumstances whatever shall the Contractor<br />

be entitled to any compensation from Government on any account<br />

unless the Contractor shall have submitted claim in writing to the<br />

Engineer-in-charge within one month of the case of such claim<br />

occurring.<br />

Clause 17 :- If at any time before the security deposit or any part<br />

thereof is refunded to the Contractor it shall appear to the Engineerin-charge<br />

or his subordinate in charge of the work, that any work has<br />

been executed with unsound, imperfect or unskillful workmanship or<br />

with materials of inferior quality or that any materials or articles<br />

provided by him for the execution of the work are unsound or of a<br />

quality inferior to the that Contracted for, or are otherwise not in<br />

accordance with the Contract, it shall be lawful for the Engineer-incharge<br />

to intimate this fact in writing to the Contractor and then not<br />

with standing the fact that the work, materials or articles complained<br />

of may have been inadvertently passed, certified and paid for, the<br />

Contractor shall be bound forthwith to rectify, or remove and<br />

reconstruct the work so specified in whole or in part, as the case may<br />

be require or if so required shall remove the materials or articles so<br />

specified and provide other proper and suitable materials or articles at<br />

his own charge and cost and in the event of his failing to do so within<br />

a period to be specified by the Engineer-in-charge in the written<br />

intimation aforesaid, the contractor shall be liable to pay<br />

compensation at the rate of one percent on the amount of the estimate<br />

for every day not exceeding 10 days during which the failure so<br />

continuous and in the case of any such failure the Engineer-in-charge<br />

may rectify or remove and re-execute the work or remove and replace<br />

the materials or articles complained of, as the case may be at the risk<br />

and expense in all respects of the Contractor. Should the Engineer-incharge<br />

consider that any such inferior work or materials as described<br />

above may be accepted or made use of it shall be within his discretion<br />

to accept the same at the such reduce rates as he may fix therefor.<br />

Clause 18 :- All works under or in course of execution or executed in<br />

pursuance of the contract shall at all times be open to the inspection and<br />

supervision of the Engineer-in-charge and his subordinates, and the<br />

Contractor shall at all times during the usual working hours, and at all<br />

other times at which reasonable notice of the intention of the Engineerin-charge<br />

and his subordinates to visit the work shall have been given to<br />

the contractor, either himself be present to receive orders and<br />

instructions , or have a responsible agent duly accredited in writing<br />

present for that purpose. Orders given to the Contractors duly authorized<br />

agent shall be considered to have the same force and effect as if they had<br />

been given to the Contractor himself.<br />

Contractor No. of Corrections Executive Engineer


63<br />

Dy.E.E.<br />

Notice to be<br />

given before<br />

work is covered<br />

up.<br />

Contractor liable<br />

for damage done,<br />

and for<br />

imperfections.<br />

P.W.D. Resolution<br />

No.CAT-1087/CR-<br />

94/Bldg.2.dt.14-6-<br />

89.<br />

Clause 19 :- The Contractor shall give not less than five days notice<br />

in writing to the Engineer-in-charge or his subordinate in charge of<br />

the work before covering up or otherwise placing beyond the reach of<br />

measurement any work in order that the same may be measured and<br />

correct dimension thereof taken before the same is so covered up or<br />

placed beyond the reach of measurement and shall not cover up or<br />

place beyond the reach of measurement any work without the<br />

consent in writing of the Engineer-in-charge or his subordinate in<br />

charge of the work, and if any work shall be covered up or placed<br />

beyond the reach of measurement, without such notice having been<br />

given or consent obtained the same shall be uncovered at the<br />

Contractors expense, and in default thereof no payment or allowance<br />

shall be made for such work or for the materials with which the same<br />

was executed.<br />

Clause 20 :- If during the period of 60 (Sixty) months from the date<br />

of completion as certified by the Engineer-in-charge pursuant to<br />

clause 7 of the contract, and if in the opinion of the Executive<br />

Engineer the said work is defective in any manner whatsoever, the<br />

Contractor shall forthwith on receipt of notice in that behalf from the<br />

Executive Engineer, duly commence execution and completely carry<br />

out at his cost in every respect all the work that may be necessary for<br />

rectifying and setting right the defects specified therein including<br />

dismantling and reconstruction of unsafe portions strictly in<br />

accordance with and in the manner prescribed and under the<br />

supervision of the Executive Engineer. In the event of the Contractor<br />

failing or neglecting to commence execution of the said rectification<br />

work within the period prescribed therefore in the said notice and /or<br />

to complete the same as aforesaid as required by the said notice, the<br />

Executive Engineer may get the same executed and carried out<br />

departmentally or by any other agency at the risk, on account and at<br />

the cost of the Contractor. The Contractor shall forthwith on demand<br />

pay to the Government the amount of such cost, charges and expenses<br />

sustained or incurred by the Government of which the certificate of<br />

the Executive Engineer shall be final and binding on the Contractor.<br />

Such costs, charges and expenses shall be deemed to be arrears of<br />

land revenue and in the event of the Contractor failing or neglecting<br />

to pay the same on demand as aforesaid without prejudice to any<br />

other rights and remedies of the Government, the same may be<br />

recovered from the contractor as arrears of land revenue. The<br />

Government shall also be entitled to deduct the same from any<br />

amount which may then be payable or which may thereafter become<br />

payable by the Government to the contractor either in respect of the<br />

said work or any other work whatsoever or from the amount of<br />

security deposit retained by Government.<br />

Contractor No. of Corrections Executive Engineer


64<br />

Dy.E.E.<br />

Contractor to<br />

supply plant,<br />

ladders<br />

scaffoldings,<br />

etc.<br />

And is liable for<br />

damages arising<br />

from non<br />

provisions<br />

of lights, fencing<br />

etc.<br />

Clause 21 :- The Contractor shall supply at his own cost all material<br />

(except such special materials, if any as may, in accordance with the<br />

contract, be supplied from the P.W. Departmental stores), plant, tools<br />

appliances, implements, ladders, cordage, tackles, scaffolding and<br />

temporary works requisite or proper for the proper execution of the<br />

work, whether in the original, altered or substituted from, and whether<br />

included in the specification or other documents forming part of the<br />

contract or referred to in these conditions or not and which may be<br />

necessary for the purpose of satisfying or complying with the<br />

requirements of the Engineer-in-charge as to any matter as to which<br />

under these conditions he is entitled to be satisfied, or which he is<br />

entitled to require together with the carriage therefore to and from the<br />

work. The Contractor shall also supply without charge the requisite<br />

number of persons with the means and materials necessary for the<br />

purpose of setting out works and counting, weighing and assisting in<br />

the measurement or examination at any time and from time to time of<br />

the work or the materials, failing which the same may be provided by<br />

the Engineer-in-charge at the expense of the contractor and the<br />

expenses may be deducted from any money due to the Contractor<br />

under the contract or from his security deposit or the proceeds of sale<br />

thereof, or of sufficient portion thereof. The Contractor shall provide<br />

all necessary fencing and lights required to protect the public from<br />

accident, and shall also be bound to bear the expenses of defence of<br />

every suit, action or other legal proceeding, that may be brought by<br />

any person for injury sustained owing to neglect of the above<br />

precautions, and to pay any damages and cost which may be awarded<br />

in any such suit, action or proceedings to any such person, or which<br />

may with the consent of the Contractor be paid for compromising any<br />

claim by any such person.<br />

Clause 21 (A) :- The Contractor shall provide suitable scaffolds and<br />

working platforms, gangways and stairways and shall comply with<br />

the following regulations in connection therewith -<br />

a) Suitable scaffolds shall be provided for workmen for all works<br />

that cannot be safely done from a ladder or by other means.<br />

b) A scaffold shall not be constructed, taken down or<br />

substantially altered except.<br />

i) under the supervision of a competent and responsible person;<br />

and<br />

ii) as far as possible by competent workers possessing adequate<br />

experience in this kind of work.<br />

c) All scaffolds and appliances connected therewith and all<br />

ladders shall -<br />

i) be of sound material.<br />

ii) be of adequate strength having regard to the loads and strains<br />

to which they will be subjected, and<br />

iii) be maintained in proper condition.<br />

Contractor No. of Corrections Executive Engineer


65<br />

Dy.E.E.<br />

d) Scaffolds shall be so constructed that no part thereof can be<br />

displaced in consequence of normal use.<br />

e) Scaffold shall not be over-loaded and so far as practicable the<br />

load shall be evenly distributed.<br />

f) Before installing lifting gear on scaffolds special precautions<br />

shall be taken to ensure the strength and stability of the<br />

scaffolds.<br />

g) Scaffolds shall be periodically inspected by a competent<br />

person.<br />

h) Before allowing a scaffold to be used by his workmen the<br />

Contractor shall whether the scaffold has been erected by<br />

his workmen or not, take steps to ensure that it complies<br />

fully with the regulations herein specified.<br />

i) Working platform, gangway, stairways shall -<br />

i) be so constructed that no part thereof can sag<br />

unduly on unequally.<br />

ii)<br />

iii)<br />

be so constructed and maintained, having regard to the<br />

prevailing conditions as to reduce as for as practicable<br />

risks of persons tripping or slipping and<br />

be kept free from any unnecessary obstruction<br />

j) In the case of working platform, gangways, working<br />

places and stairways at a height exceeding 3.00 meters,<br />

i) every working platform and every gangway shall<br />

be closely boarded unless other adequate<br />

measures are taken to ensure safety,<br />

ii) every working platform and gangway shall have<br />

adequate width; and<br />

iii)<br />

every working platform and gangway, working place<br />

and stairway shall be suitable fenced.<br />

k) Every opening in the floor of a building or in a working<br />

platform shall expect for the time and to the extent require to<br />

allow the excess of persons or the transport or shifting of<br />

material be provided be suitable means to prevent the fall of<br />

persons or material.<br />

Contractor No. of Corrections Executive Engineer


66<br />

Dy.E.E.<br />

l) When persons are employed on a roof where there is a danger<br />

of falling from a height exceeding 3.00 meters (to be<br />

specified) suitable precautions shall be taken to prevent the fall<br />

of persons or materials.<br />

m) Suitable precautions shall be taken to prevent persons being<br />

struck by articles which might fall from scaffolds or other<br />

working places.<br />

n) Safe means of access shall be provided to all working<br />

platforms and other working places.<br />

o) The Contractor/(s) will have to make payments to labourers as<br />

per Minimum Wages Act.<br />

Clause 21 (B) :- The Contractor shall comply with the following<br />

regulations as regards the Hoisting Appliances to be used by him :-<br />

a) Hoisting machines and tackles, including their attachments,<br />

anchorages and supports shall.<br />

i) be of good mechanical construction, sound material and<br />

adequate strength and free from patent defect;<br />

and<br />

ii) be kept in good repair and in good working order.<br />

b) Every rope used in hoisting or lowering materials or as a<br />

means of suspension shall be of suitable quality and adequate strength<br />

and free from patent defect.<br />

c) Hoisting machines and tackles shall be examine and<br />

adequately tested after erection on the site and before use and be reexamined<br />

in position at intervals to be prescribed by the Government .<br />

d) Every chain, ring, hook, shackle, swivel and pulley block used<br />

in hoisting or lowering materials or as a means of suspension shall be<br />

periodically examined.<br />

e) Every crane driver or hoisting appliance operator shall be<br />

properly qualified.<br />

f) No person who is below the age of 18 years shall be in<br />

control of any hoisting machine, including any scaffold, or give<br />

signals to the operator.<br />

g) In case of every hoisting machine and of every chain, ring,<br />

hook, shackle, swivel and pulley block used in hoisting or lowering or<br />

as a means of suspension, the safe working load shall be ascertained<br />

by adequate means.<br />

Contractor No. of Corrections Executive Engineer


67<br />

Dy.E.E.<br />

h) Every hoisting machine and all gear referred to in preceding<br />

regulation shall be plainly marked with the safe working load.<br />

i) In the case of a hoisting machine having a variable safe<br />

working load each safe working load and the conditions under which<br />

it is applicable shall be clearly indicated.<br />

j) No part of any hoisting machine or any gear referred to in<br />

regulation (h) above shall be loaded beyond the safe working load<br />

except for the purpose of testing.<br />

k) Motors, gearing transmissions, electric wiring and other<br />

dangerous parts of hoisting appliances shall be provided with efficient<br />

safeguards.<br />

l) Hoisting appliances shall be provided with such means as will<br />

reduce to a minimum the risk of the accidental descent of the load.<br />

m) Adequate precaution shall be taken to reduce to a minimum<br />

the risk of any part of a suspended load becoming accidentally<br />

displaced.<br />

Measure for<br />

prevention of fire.<br />

Clause 22 :- The Contractor shall not set fire to any standing jungle,<br />

trees, brushwood or grass without a written permit from the Executive<br />

Engineer. When such permit is given, and also in all cases when<br />

destroying, cut or dug up trees, brushwood, grass etc. by fire, the<br />

Contractor shall take necessary measures to prevent such fire<br />

spreading to or otherwise damaging surrounding property.<br />

The Contractor shall make his own arrangements for drinking water<br />

for the labour employed by him and provide sanitary and other<br />

arrangements.<br />

Liability of<br />

contractor for<br />

any damage done<br />

in or outside<br />

work area.<br />

Clause 23 :- Compensation for all damages done intentionally or<br />

unintentionally by Contractors labour whether in or beyond the limits<br />

of the Government property including any damage caused by the<br />

spreading of fire mentioned in Clause 22 shall be estimated by the<br />

Engineer-in-charge subject to the decision of the Superintending<br />

Engineer on appeal shall be final and the Contractor shall be bound to<br />

pay the amount of the assessed compensation on demand, failing<br />

which the same will be recovered from the Contractor as damage in<br />

the manner prescribed in Clause 1 or deducted by the Engineer-incharge<br />

from any sums that may be due or become due from<br />

Government to Contractor under this contract or otherwise.<br />

The Contractor shall bear the expenses of defending any action or<br />

other legal proceedings that may be brought by any person for injury<br />

the spread sustained by him owing to neglect of precautions to<br />

prevent the spread of fire and he shall pay any damages and cost that<br />

may be awarded by the court in consequence.<br />

Contractor No. of Corrections Executive Engineer


68<br />

Dy.E.E.<br />

Employment of<br />

female labour<br />

Work on Sunday<br />

Work not to be<br />

sublet<br />

Contract may be<br />

rescinded and<br />

security deposit<br />

forfeited for<br />

subletting it<br />

without approval<br />

or for bribing a<br />

public officer or<br />

if contractor<br />

becomes<br />

insolvent.<br />

Sum payable by<br />

way of<br />

compensation to be<br />

considered as<br />

reasonable<br />

compensation<br />

without reference<br />

to actual loss.<br />

Change in the<br />

constitution of<br />

firm to be<br />

notified.<br />

Direction and<br />

control of the<br />

Superintending<br />

Engineer.<br />

Clause 24 :- The employment of female labours on works in<br />

neighborhood of soldiers barracks should be avoided as far as<br />

possible. The contractor shall employ the labours from the nearest<br />

Employment Exchange.<br />

Clause 25 :- No work shall be done on a Sunday without the sanction<br />

in writing of the Engineer-in-charge.<br />

Clause 26 :- The contract shall not be assigned or sublet without the<br />

written approval of the Engineer-in-charge. And if the Contractor<br />

shall assign or sublet his contract, or attempt to do so, or become<br />

insolvent or commence any proceedings to get himself adjudicated<br />

and insolvent or make any composition with his creditors, or attempt<br />

so to do or if bribe, gratuity, gift loan, perquisite, reward or<br />

advantage, pecuniary or otherwise shall either directly or indirectly be<br />

given, promised or offered by the Contractor or any of his servants or<br />

agents to any public officer or person in the employ of Government in<br />

any way relating to his office or employment, or if any such officer<br />

or person shall become in any way directly or indirectly interested in<br />

the contract, the Engineer-in-charge may thereupon by notice in<br />

writing rescind the contract, and the security deposit of the Contractor<br />

shall thereupon stand forfeited and be absolutely at the disposal of<br />

Government, and the same consequences shall ensure as if the<br />

contract had been rescinded under Clause 3 thereof and in addition the<br />

Contractor shall not be entitled to recover or be paid for any work<br />

therefor actually performed under the contract.<br />

Clause 27 :- All sums payable by a Contractor by way of<br />

compensation under any of these conditions shall be considered as a<br />

reasonable compensation to be applied to the use of Government<br />

without reference to the actual loss or damages sustained, and whether<br />

any damage has or has not been sustained.<br />

Clause 28 :- In the case of tender by partners, any change in the<br />

constitution of a firm shall be forthwith notified by the Contractor to<br />

the Engineer-in-charge for his information.<br />

Clause 29 :- All works to be executed under the contract shall be<br />

executed under the direction and subject to the approval in all respects<br />

of the Superintending Engineer of the Circle, for the time being, who<br />

shall be entitled to direct at what point or points and in what manner<br />

they are to be commenced, and from time to time carried on.<br />

Contractor No. of Corrections Executive Engineer


69<br />

Dy.E.E.<br />

Direction and<br />

control of the<br />

Superintending<br />

Engineer.<br />

Clause 30 (1) :- Except where otherwise specified in the contract and<br />

subject to the powers delegated to him by Government under the<br />

code, rules then in the force, the decision of the Superintending<br />

Engineer of the Circle for the time being shall be final, conclusive and<br />

binding on all parties of the contract upon all questions relating to the<br />

meaning of the specifications, designs, drawings and instruction<br />

hereinbefore mentioned and as to the quality of workmanship or<br />

materials used on the work, or as to any other question, claim right,<br />

matter or things whatsoever, if any way arising out of, or relating to<br />

the contract, designs, drawings, specifications, estimates ,<br />

instructions, orders, or other conditions, or otherwise concerning the<br />

works, or the execution, or failure to execute the same, whether<br />

arising during the progress of the work, or after the completion or<br />

abandonment thereof.<br />

Clause 30 (2) :- The Contractor may within thirty days of receipt by<br />

him of any order passed by the Superintending Engineer of the Circle<br />

as aforesaid appeal against it to the Chief Engineer, concerned with<br />

the contract work or project provided that -<br />

(a) The accepted value of the contract exceeds Rs. 10 lakhs<br />

(Rupees Ten lakhs)<br />

(b) Amount of claim is not less than Rs. 1.00 Lakh<br />

(Rupees One Lakh).<br />

Clause 30 (3) :- If the Contractor is not satisfied with the order<br />

passed by the Chief Engineer as aforesaid, the Contractor may, within<br />

thirty days of receipt by him of any such order appeal against it to the<br />

concerned Secretary, Public Works Department/Irrigation Department<br />

who, if convinced that Prima-facie the Contractors claim rejected by<br />

Superintending Engineer/Chief Engineer is not frivolous and that<br />

there is some substance in the claim of the Contractor as would merit<br />

a detailed examination and decision by the Standing Committee, shall<br />

put up to the Standing Committee at Government level for suitable<br />

decision<br />

( vide PW Circular No. CAT-1086-CR-110/Bldg.2 Dated 7.5.1986).<br />

Stores of Clause 31 :- The Contractor shall obtain from the P.W.<br />

European or Departmental stores all stores and articles of European or American<br />

American manufacture which may be required for the work, or any part thereof<br />

manufacture to or in making up any articles required thereof in connection therewith<br />

be obtained from unless he has obtained permission in writing from the Engineer-incharge<br />

Government<br />

to obtained such stores and articles elsewhere. The value of<br />

such stores and articles as may be supplied to the Contractor by the<br />

Engineer-in-charge will be debited to the Contractor in his account at<br />

the rate shown in the said schedule in from 'A' attached to the<br />

Contract and if they are not entered in the schedule, they shall be<br />

debited to him at cost price which for the purpose of this Contract<br />

shall include the cost of carriage and all other expenses whatsoever,<br />

which shall have been incurred in obtaining delivery of the same at<br />

the stores aforesaid.<br />

Contractor No. of Corrections Executive Engineer


Dy.E.E.<br />

70<br />

Lump-sum in<br />

estimates.<br />

Action where no<br />

specifications.<br />

Definition of<br />

work.<br />

Contractor’s<br />

percentage<br />

whether applied<br />

to net or gross<br />

amount of bill.<br />

Quarry fees and<br />

royalties.<br />

Clause 32 :- When the estimate on which a tender is made includes<br />

lump sums in respect of part of the work, the Contractor shall be<br />

entitled to payment in respect of the items of work involved or the<br />

part of the work in question at the same rates as payable under this<br />

Contract for each items, or if the parts of the work in question is not<br />

in the opinion of the Engineer-in-charge capable of measurement, the<br />

Engineer-in-charge may at his discretion pay the lump sum amount<br />

entered in the estimate and the certificate in writing of the Engineerin-charge<br />

shall be final and conclusive against the Contractor with<br />

regard to any sum or sums payable to him under the provisions of this<br />

clause.<br />

Clause 33 :- In the case of any class of work for which there is no<br />

such specification as is mentioned in Rule 1 of Form B-1 such work<br />

shall be carried out in accordance with the Divisional specifications,<br />

and in the event of there being no Divisional specification, then in<br />

such case the work shall be carried out in all respects in accordance<br />

with all instructions and requirements of the Engineer-in-charge .<br />

Clause 34 :- The expression "Work" or "Works" where used in these<br />

conditions, shall unless there be something in the subject or context<br />

repugnant to such construction, be constructed to mean the work or<br />

works contracted to be executed under or in virtue of the contract,<br />

whether temporary or permanent and whether original, altered,<br />

substituted or additional.<br />

Clause 35 :- The percentage referred to in the tender shall be<br />

deducted from/added to the gross amount of the bill before deducting<br />

the value of any stock issued.<br />

Clause 36 :- All quarry fees, royalties, octroi dues and ground rent<br />

for stacking materials, if any, should be paid by the contractor.<br />

Compensation<br />

under workmen's<br />

Compensation<br />

Act.<br />

Clause 37 :- The Contractor shall be responsible for and shall pay<br />

any compensation to his workmen payable under the Workmen's<br />

Compensation Act.1923 (VIII of 1923), (hereinafter call the said Act)<br />

for injuries caused to the workmen. If such compensation is<br />

payable/paid by the Government as principal under sub-section (1) of<br />

Section 12 of the said Act on behalf of the Contractor, it shall be<br />

recoverable by the Government from the Contractor under sub-section<br />

(2) of the said section. Such Compensation shall be recovered in the<br />

manner laid down in Clause 1 above.<br />

Contractor No. of Corrections Executive Engineer


Dy.E.E.<br />

71<br />

Clause 37 (A) :- The Contractor shall be responsible for and shall pay<br />

the expenses of providing medical aid to any workmen who may<br />

suffer a bodily injury as a result of an accident. If such expenses are<br />

incurred by Government the same shall be recoverable from the<br />

Contractor forthwith and be deducted without prejudice to any other<br />

remedy of the Government from any amount due or that may become<br />

due to the Contractor .<br />

Clause 37 (B) :- The Contractor shall provide all necessary personal<br />

safety equipment and first aid apparatus available for the use of the<br />

persons employed on the site and shall maintain the same in condition<br />

suitable for immediate use at any time and shall comply with the<br />

following regulations in connection therewith :-<br />

a) The workers shall be required to use the equipments so<br />

provided by the Contractor and the Contractor shall take adequate<br />

steps to ensure proper use of the equipment by those concerned.<br />

b) When work is carried on in proximity to any place where there is a<br />

risk of drowning all necessary equipment shall be provided and kept<br />

ready for use and all necessary steps shall be taken for the prompt<br />

rescue of any person in danger.<br />

c) Adequate provision shall be made for prompt first aid treatment of<br />

all injuries likely to be sustained during the course of the work.<br />

Clause 37 (C) :- The Contractor shall duly comply with the<br />

provisions of "The Apprentices Act. 1961" (III of 1961) the rules<br />

made thereunder and the orders that may be issued from time to time<br />

under the said Act and the said Rules and on his failure or neglect to<br />

do so he shall be subjected to all the liabilities and penalties provided<br />

by the said Act and said Rules.<br />

(Govt. Circular No. CAT-6076/3336/(400)/Bldg.2 dt. 16-8-1985.)<br />

Claim for<br />

quantities of<br />

work entered in<br />

the tender or<br />

estimates.<br />

Clause 38 :- (1) Quantities shown in the tender are approximate and<br />

no claim shall be entertained for quantities of work executed being<br />

either more or less than those entered in the tender or estimate.<br />

(2) Quantities in respect of the several items shown in the tender are<br />

approximate and no revision in the tendered rates shall be permitted<br />

in respect of any of the items so long as, subject to any special<br />

provision contained in the specifications prescribing a different<br />

percentage of permissible variation in the quantity of the item does<br />

not exceed the tender quantity by more than 25 percent and so long as<br />

the value of the excess quantity beyond this limit at the rate of the<br />

items specified in the tender, is not more than Rs.5,000/-<br />

Contractor No. of Corrections Executive Engineer


72<br />

Dy.E.E.<br />

(3) The contractor shall if ordered in writing by the Engineer so to<br />

do, also carry out any quantities in excess of the limit mentioned in<br />

sub-clause (i) hereof on the same conditions as and in accordance<br />

with the specifications in the tender and at the rates (i) derived from<br />

the rates entered in the current schedule of rates and in the absence of<br />

such rates (ii) at the rates prevailing in the market. The said rates<br />

increased or decreased as the case may be, by the percentage which<br />

the total tendered amount bears to the estimated cost of the work as<br />

put to tender based upon the schedule of rates applicable to the year<br />

in which the tenders were accepted (For the purpose of operation<br />

of this clause, this cost shall be as worked out from D.S.R.<br />

prevailing at the time of acceptance of tender.)<br />

(4) Claims arising out of reduction in the tendered quantity of any<br />

item beyond 25 percent will be governed by the provision of clause<br />

15 only when the amount of such reduction beyond 25 percent at the<br />

rate of the item specified in the tender is more than Rs.5,000/- (This<br />

clause is not applicable to extra items)<br />

Employment of<br />

famine labour<br />

etc.<br />

Claim for<br />

compensation for<br />

delay in starting<br />

of work.<br />

Claim for<br />

compensation for<br />

delay in<br />

execution of<br />

work.<br />

Entering upon or<br />

commencing any<br />

portion of work.<br />

Minimum age of<br />

persons<br />

employed, the<br />

employment of<br />

donkeys and / or<br />

other animals<br />

and the payment<br />

of fair wages.<br />

Clause 39 - The Contractor shall employ any famine, convict or<br />

other labour of a particular kind or class if ordered in writing to do so<br />

by the Engineer-in-charge.<br />

Clause 40 - No compensation shall be allowed for any delay caused<br />

in the starting of the work on account of acquisition of land or, in the<br />

case of clearance works, on account of any delay in according<br />

sanction to estimates.<br />

Clause 41 - No compensation shall be allowed for any delay in the<br />

execution of the work on account of water, standing in borrow pits or<br />

compartments. The rates are inclusive for hard or cracked soil,<br />

excavation in mud, sub-soil water or water standing in borrow pits<br />

and no claim for an extra rate shall be entertained unless otherwise<br />

expressly specified.<br />

Clause 42 - The Contractor shall not enter upon or commence any<br />

portion of work except with written authority and instructions of the<br />

Engineer-in-charge or his subordinate in charge of the work. Failing<br />

such authority the Contractor shall have no claim to ask for<br />

measurements of the payment for work.<br />

Clause 43 (i) :- No contractor shall employ any person who is under<br />

the age of 18 years.<br />

(ii) No contractor shall employ donkeys or other animals with<br />

breaching of string or thin ropes. The breaching must be at least<br />

three inches wide and should be of tape (Nawar).<br />

(iii) No animal suffering from sores, lameness or emaciation or<br />

which is immature shall be employed on the work.<br />

Contractor No. of Corrections Executive Engineer


73<br />

Dy.E.E.<br />

(iv) The Engineer-in-charge or his Agent is authorized to<br />

remove from the work, any person or animal found working<br />

which does not satisfy these conditions and no responsibility<br />

shall be accepted by Government for any delay caused in the<br />

completion of the work by such removal.<br />

(v) The contractor shall pay fair and reasonable wages to the<br />

workmen employed by him, in the contract undertaken by him.<br />

In the event of any dispute arising between the contractor and his<br />

workmen on the grounds that the wages paid are not fair and<br />

reasonable, the dispute shall be referred without delay to the<br />

Executive Engineer shall be conclusive and binding on the<br />

contractor but such decision shall not in any way affect the<br />

conditions in the contract regarding the payment to be made by<br />

Government at the sanctioned tender rates.<br />

(vi) Contractor shall provide drinking water facilities to the<br />

workers. Similar amenities shall be provided to the workers<br />

engaged on large work in urban areas.<br />

(vii) All facilities provided in the contract labour (Regulation<br />

and Abolition Act 1971), The Maharashtra Contract Labour<br />

Regulation and Abolition Rule 1971 should be provided.<br />

Method of<br />

payment.<br />

Acceptance of<br />

conditions<br />

compulsory before<br />

tendering for work.<br />

Employment of<br />

scarcity labour.<br />

Clause 44 :- Payment to contractors shall be made by cheque drawn<br />

on any treasury within the division convenient to them, provided the<br />

amount exceeds Rs.10. Amounts not exceeding Rs.10 will be paid in<br />

cash.<br />

Clause 45 :- Any contractor who does not accept these conditions<br />

shall not be allowed to tender for works.<br />

Clause 46 :- If Government declares a state of scarcity of famine to<br />

exist in any village situated within 10 miles of the work the<br />

Contractor shall employ upon such parts of the work, as are suitable<br />

for unskilled labour, any person certified to him by the Executive<br />

Engineer, or by any person to whom the Executive Engineer may<br />

have delegated this duty in writing to be in need of relief and shall be<br />

bound to pay to such person wages not below the minimum which<br />

Government may have fixed in this behalf. Any disputes which may<br />

arise in connection with the implementation of this clause shall be<br />

decided by the Executive Engineer whose decision shall be final and<br />

binding on the Contractor .<br />

Contractor No. of Corrections Executive Engineer


74<br />

Dy.E.E.<br />

Clause 47 :- The price quoted by the Contractor shall not in any case<br />

exceed the control price, if any, fixed by Government or reasonable<br />

price which it is permissible for him to charge a private purchaser for<br />

the same class and description of goods under the provision of<br />

Hoarding and Profiteering Prevention Ordinance, 1948 as amended<br />

from time to time. If the price quoted exceeds the controlled price or<br />

the price permissible under Hoarding and Profiteering Prevention<br />

Ordinance the Contractor will specifically mention this fact in his<br />

tender alongwith the reasons for quoting such higher prices. The<br />

purchaser at his discretion will in such case exercise the right of<br />

revising the price at any stage so as to conform with the controlled<br />

price on the permissible under the Hoarding and Profiteering<br />

Prevention Ordinance. This discretion will be exercised without<br />

prejudice to any other action that may be taken against the Contractor.<br />

Clause 47 (A) :- The tender rates are inclusive of all taxes, rates,<br />

cesses and are also inclusive of leviable tax in respect of sale by<br />

transfer of property in goods involved in the execution of a work<br />

contract under the provision of Rule -58 of Maharashtra Value Added<br />

Tax Act- 2005, for the purpose of levy of Tax.<br />

(As per GR.No. BDG-2005/CR-324/Bldg-2 Dt.3/3/2006)<br />

Clause 48 :- The rates to be quoted by the Contractor must be<br />

inclusive of VAT Tax and all other relevant taxes. No extra payment<br />

of this account will be made to the Contractor.<br />

Clause 49 :- In case of materials that may remain surplus with the<br />

Contractor from those issued for the work contracted for, the date of<br />

ascertainment of the materials being surplus will be taken as the date<br />

of sale for the purpose of sales tax and the sales tax will be recovered<br />

on such sale.<br />

Clause 50 :- The Contractor shall employ the unskilled labour to be<br />

employed by him on the said work only from locally available labour<br />

and shall give preference to those persons enrolled under Maharashtra<br />

Government Employment and Self Employment Department's<br />

Scheme.<br />

Provided, however, that if the required unskilled labours are<br />

not available locally, the Contractor shall in the first instance employ<br />

such number of persons as is available and thereafter may with<br />

previous permission, in writing of the Executive Engineer-in-charge<br />

of the said work, obtain the rest of requirement of unskilled the labour<br />

from outside the above scheme.<br />

Contractor No. of Corrections Executive Engineer


75<br />

Dy.E.E.<br />

Clause 51 :- The contractor shall pay the labourers (skilled and<br />

unskilled) according to the wages prescribed by the Minimum Wages<br />

Act of 1948 applicable to the area in which the work of the contract<br />

is located. The contractor shall comply with the provision of the<br />

Apprentices Act, 1961, and the rules and orders issued thereunder<br />

from time to time, if he fails to do so his failure will be a breach of<br />

the contract and the Superintending Engineer, may in his discretion<br />

may cancel the contract. The Contractor shall also be liable, for any<br />

precautionary liability, arising on account of any violation by him of<br />

the provision of Act.<br />

The contractor shall pay labourers skilled and unskilled<br />

according to the wages prescribed by the Minimum Wages Act, of<br />

1948 applicable to the area in which work lies.<br />

The contractor to take precautions against accidents which take<br />

place on account of labour using loose garments while working<br />

machinery.<br />

Government<br />

Circular No. CAT-<br />

1284/(120) /Bldg.2<br />

dt. 14.8.85.<br />

Clause 52 :- All amounts whatsoever which the contractor is liable<br />

to pay to the Government in connection with the execution of the<br />

work including the amount payable in respect of (i) materials and / or<br />

stores supplied/ issued hereunder by the Government to the<br />

contractor. (ii) hire charges in respect of heavy plant, machinery and<br />

equipment given on hire, by the Government to the contractor for<br />

execution by him of the work and/or on which advances have been<br />

given by the Government to the contractor shall be deemed to be<br />

arrears of Land Revenue and the Government may without prejudice<br />

to any other rights and remedies of the Government recover the same<br />

from the contractor as arrears of land revenue.<br />

(CAT-1274/40364/Desk-2 dt. 7-12-76)<br />

Clause 53 :- The Contractor shall duly comply with all the<br />

provisions of the Contract Labour (Regulation and Abolition ) Act,<br />

1970 (37 of 1970) and the Maharashtra Contract Labour (Regulation<br />

and Abolition) Rules, 1971 as amended from time to time and all<br />

other relevant statutes and statutory provisions concerning payment of<br />

wages particularly to workmen employed by the Contractor and<br />

working on the site of the work. In particular the Contractor shall pay<br />

wages to each worker employed by him on the site of the work at the<br />

rates prescribed under the Maharashtra Contract Labour (Regulation<br />

and Abolition) Rules, 1971. If the Contractor fails or neglects to pay<br />

wages at the said rates or makes short payment and the Government<br />

makes such payment of wages in full or part thereof less paid by the<br />

Contractor as the case may be the amount so paid by the Government<br />

to such workers shall be deemed to be an arrears of land revenue and<br />

the Government shall be entitled to recover the same as such from the<br />

contractor or deduct the same from the amount payable by the<br />

Government to the Contractor hereunder or from any other amount/s<br />

payable to him by the Government.<br />

Contractor No. of Corrections Executive Engineer


76<br />

Dy.E.E.<br />

Clause 54 :- The contractor shall engage apprentice such as brick<br />

layer, carpenter, wiremen, plumber, as well as blacksmith by<br />

recommended by the State Apprenticeship Advisor Director of<br />

Technical Education, Dhobi Talaw, Mumbai :400 001. In the<br />

construction work (as per Government of Maharashtra, Education<br />

Government No.TSA/5170/T5689, dated 7.7.1972).<br />

Conditions for<br />

malaria<br />

eradication anti<br />

malaria and<br />

other health<br />

measures<br />

Clause 55 :- (Government of Maharashtra P.W.D. Resolution No.<br />

CAT/1086/CR-243/K/Bldg.32 Dt. 11.8.1987)<br />

A. The anti malaria and other health measures shall be as directed<br />

by the joint Director (Malaria and Filaria) of Health Service,<br />

Pune.<br />

B. Contractor shall see that mosquitoegenic conditions are not<br />

created so as to keep vector population to minimum level.<br />

C. Contractor shall carry out anti-malaria measures in the area as<br />

per guidelines prescribed under National Malaria Eradication<br />

Program and as directed by the Joint Director (M & F) of<br />

Heath Services, Pune.<br />

D. In case of default in carrying out prescribed anti-malaria<br />

measures resulting in increase in malaria incidence, contractor<br />

shall be liable to pay to Corporation the amount spent by<br />

Government on anti malaria measures to control the situation in<br />

addition to fine.<br />

E. RELATIONS WITH PUBLIC AUTHORITIES<br />

The Contractor shall make sufficient arrangements for draining<br />

away the sewage water as well as water coming from the<br />

bathing and washing places and shall dispose off this water in<br />

such a way as not to cause any nuisance. He shall also keep the<br />

premises clean by employing sufficient number of sweepers.<br />

The Contractor shall comply with all rules, regulations, byelaws<br />

and directions given from time to time by any local or<br />

public authority in connection with this work and shall pay fees<br />

or charges which are livable on him without any extra cost of<br />

Government.<br />

( Government of Maharashtra P.W.D. Resolution No.CAT-1086/CR-<br />

243/D-Bldg.2 dated 11.9.1987.)<br />

Contractor No. of Corrections Executive Engineer


77<br />

Dy.E.E.<br />

ADDITIONAL INSTRUCTIONS TO <strong>TENDER</strong>ERS<br />

WHILE <strong>TENDER</strong>ING FOR THE WORKS<br />

Person tendering for the work covered by the Schedule will be required to complete the work<br />

within the periods specified below :<br />

Name of work<br />

CONSTRUCTION OF MAJOR<br />

BRIDGE CONNECTING<br />

DAHIVALI TO SAWARDA<br />

RAILWAY STATION ON<br />

KAPASHI RIVER ON VR-113<br />

AT KM. 0/950 IN TALUKA<br />

CHIPLUN<br />

DISTRICT<br />

RATNAGIRI. (UNDER NABARD<br />

RIDF-XVIII).<br />

To start from the date<br />

of issue of work order<br />

To complete<br />

Within 18 (Eighteen)<br />

Calendar Months<br />

including monsoon<br />

period.<br />

1. COMPETANCY OF <strong>TENDER</strong> :<br />

The work will be awarded only to those contractors who are considered to be<br />

substantially responsive bidders, capable of performing the class of work to be<br />

completed. Before passing the final award any or all bidders may have to show that he<br />

has the necessary experience, facilities, ability and financial resources to execute the<br />

work in satisfactory manner and also within the stipulated time.<br />

2. PAYMENTS :<br />

The tenderers must understand clearly that the rates quoted are for completed work<br />

and include all costs due to labour, all leads and lifts involved and if further<br />

necessitated, scaffolding plant, supervision, service works, power, royalties, octroi,<br />

taxes etc. and to include all to cover the cost of lighting on night work if any and<br />

round the clock work as and when required and no claim for additional payment<br />

beyond the prices or rates quoted will be entertained and the tenderers will not be<br />

entitled subsequently to make any claim on the ground of any representation or on any<br />

promise by any person (whether member in the employment of any Public Works<br />

Department or not ) or on the ground of any failure on his part to obtain all necessary<br />

information for the purpose of making his tender and fixing the several prices and<br />

rates therein relieve him from any risks or liabilities arising out of the tender.<br />

Contractor No. of Corrections Executive Engineer


78<br />

Dy.E.E.<br />

3. ERASER :<br />

Persons tendering are informed that no erasers of any alterations by them in the text of<br />

the documents set herewith will be allowed and any such eraser or an alteration will<br />

be disregarded. If there is any error in writing, no overwriting should be done but the<br />

wrong words or figures should be struck out and the correct one written above or near<br />

it in an unambiguous way. Such correction should be initialed and dated.<br />

4. ACCEPTANCE :<br />

Intimation of acceptance of tender will be given by a telegram or a letter sent by<br />

Registered Post to the address given below the signature of the tenderer in the tenders.<br />

The tenders which do not fulfill any of the above conditions or those in the form and<br />

which are incomplete in any respect shall be liable for rejection.<br />

5. PRECAUTIONS TO BE TAKEN BY THE CONTRACTOR TO PREVENT<br />

ACCIDENT :<br />

i) No live electric lines should be allowed to run along the ground in blasting zone and<br />

they should be at least about 10 ft. above ground if not more.<br />

ii)<br />

The wiring cable should not be taken near the live electric line and it should be<br />

preferably shot firing cable as supplied by the supplier of explosives. If such a cable<br />

is not available a substitute cable recommended by the explosive suppliers should<br />

only be used. Under no circumstances should cable made up of several pieces jointed<br />

and tapped be used.<br />

iii) The blasting shed from where the exploder is to finally operated should be at least 150<br />

metre away from the area to be blasted. It should have a strong roof which can with<br />

stand the impact of flying stones at this range.<br />

iv)<br />

Only trained hands should be allowed to handle explosives, cable detonators etc.<br />

Contractor No. of Corrections Executive Engineer


79<br />

Dy.E.E.<br />

6.1 CONTRACTOR TO INFORM HIMSELF FULLY :<br />

The contractors shall be deemed to have carefully examined the work and site<br />

conditions including labour, the general and special conditions, the specifications,<br />

schedules and drawings and shall be deemed to have visited the site of the work and<br />

to have fully informed himself regarding the local conditions and carried out his own<br />

investigations to arrive at the rates quoted in the tender. In this regard, he will be<br />

given necessary information to the best of the knowledge of Department but without<br />

any guarantee about it.<br />

If he shall have any doubt as to the meaning of any portion of these general conditions<br />

or the special condition, to the scope of working of the specifications and drawings or<br />

any other matter concerning the contract, he shall in good time, before submitting his<br />

tender, set forth the particulars thereof and submit them to the Engineer in writing in<br />

order that such doubts may be clarified authoritatively before tendering. Once a<br />

tender is submitted, the matter will be decided in accordance with tender conditions in<br />

the absence of such authentic pre-clarification.<br />

6.2 ERROR, OMISSIONS AND DISCREPANCIES :<br />

(A) In case of errors, omissions and /or disagreement between written and scaled<br />

dimensions in the drawing or between the drawings and specifications etc., The<br />

following order of preference shall apply.<br />

(I) Between actual scaled and written dimensions or descriptions on a drawing,<br />

the later shall be adopted.<br />

(II) Between the written or shown description of dimensions in the drawing and<br />

corresponding one in the specifications, the latter shall apply.<br />

(III) Between the quantities shown in schedule of quantities and those arrived at<br />

from the drawings, the later shall be preferred.<br />

(B)<br />

In all cases of omission and / or doubts of discrepancies in the dimensions or<br />

description of any item or specifications, a reference shall be made to the Engineer,<br />

whose elucidation, elaboration or decision shall be considered as authentic. The<br />

contractor shall be held responsible for any errors that may occur in the work through<br />

lack of such reference and precaution.<br />

Contractor No. of Corrections Executive Engineer


80<br />

Dy.E.E.<br />

6.3 WORKING METHODS AND PROGRESS SCHEDULES :<br />

(a) The Contractor shall submit within the time stipulated by the Engineer-in-charge in<br />

writing the details of actual methods that would be adopted by the Contractor for the<br />

execution of any item as required by Engineer at each of the location, supported by<br />

necessary detailed drawing and sketches including those of the plant and machinery<br />

that would be used their locations arrangement for conveying and handling materials<br />

etc. and obtain prior approval of the Engineer-in-charge well in advance of starting of<br />

such item of work. The Engineer-in-charge reserves the right to suggest<br />

modifications or make corrections in the method proposed by the contractor whether<br />

accepted previously or not at any stage of the work to obtain the desired accuracy,<br />

quality and progress which shall be binding on the contractor. No claim on account of<br />

such change in method of execution will be entertained by Government so long as<br />

specification of the item remain unaltered.<br />

(b)<br />

PROGRESS SCHEDULE<br />

The Contractor shall furnish within the period stipulated in writing by the Engineerin-charge<br />

of the order to start the work, progress schedule in quadruplicate indicating<br />

the date of actual start, the monthly progress expected to be achieved and anticipated<br />

completion date of each major item of work to be done by him, also indicating and<br />

setting up materials, plants and machinery.<br />

(c)<br />

The Contractor shall employ sufficient plant, equipment and labour as may be<br />

necessary to maintain the progress schedule. The working and shift hours restricted to<br />

one shift a day for operations to be done under the Government supervision shall be<br />

such as may be approved by the Engineer-in-charge . They shall not be varied<br />

without the prior approval of the Engineer. Night work requiring supervision shall<br />

not be permitted expect when specifically allowed by Engineer on each item, if<br />

requested by Contractor. The Contractor shall provide necessary lighting<br />

arrangements etc. for night work as directed by Engineer without extra cost to<br />

Government.<br />

Contractor No. of Corrections Executive Engineer


81<br />

Dy.E.E.<br />

CONSTRUCTION EQUIPMENT AND LOCATION :<br />

I) The Contractor shall be required to give a trial run of the equipment‟s for establishing,<br />

their capability to achieve the laid down specifications and tolerance to the<br />

satisfaction of the Engineer before commencement of the work. All equipment<br />

provided shall be of proven efficiency and shall be operated and maintained at all<br />

times, in a manner acceptable to the Engineer and no equipment or personnel will be<br />

removed from site without permission of the Engineer .<br />

II) Location of Hot Mix Drum Mix Plant should be such that maximum time taken for<br />

transporting bituminous mix from plant site to Paver does not exceed 60 minutes.<br />

6.4 TREASURE TROVE :<br />

In the event of discovery by the Contractor or his employees, during the progress of<br />

the works of any treasure, fossils, minerals or any other articles or value of interest,<br />

the Contractor shall give immediate intimation thereof to the Engineer such treasure<br />

of things which shall be the property of the Government.<br />

6.5 QUARRIES :<br />

6.5.1 The Contractor (s) shall have to arrange himself / themselves to procure the quarry.<br />

However necessary assistance without any extra cost to Government will be rendered<br />

by the Department for procuring the quarries if required by the Contractor.<br />

6.5.2 The quarrying operation shall be carried out by the Contractor with proper equipment<br />

such as compressor, jack-hammers, drill bits, explosives etc. and sufficient numbers<br />

of workmen shall be employed so as to get the required out-turn.<br />

6.5.3 The Contractor shall carry out the works in the quarries in conformity with all the<br />

rules and regulations already laid down or that may be laid down from time to time by<br />

the Government . Any cost incurred by the Government due to noncompliance of any<br />

rules or regulations or due to damages by the Contractor shall be the responsibility of<br />

the Contractor. The Engineer-in-charge or his representative shall be given full<br />

facility by the Contractor for inspection at all times of the working of the quarry,<br />

records maintained, the stocks of the explosives and detonators etc. So as to enable<br />

him to check that the working records and storage are all in accordance with the<br />

relevant rules. The Engineer-in-charge or his representative shall at any times be<br />

allowed to inspect the work, building and equipment at the quarters.<br />

Contractor No. of Corrections Executive Engineer


82<br />

Dy.E.E.<br />

6.5.4 The Contractor shall maintain at his own cost the books, registers etc. required<br />

to be maintained under the relevant rules and regulations and as directed by the<br />

Engineer-in-charge . These books shall be open for inspection at all times by the<br />

Engineer-in-charge or his representative and the Contractor shall furnish the copies or<br />

extract of books or registers as and when required.<br />

6.5.5 All quarrying operations shall be carried out by the Contractor in organized<br />

and expeditious manner, systematically and with proper planning. The Contractor<br />

shall engage licensed blasters and adopt electric blasting and / or any other approved<br />

method which would ensure complete safety to all the men engaged in the quarry and<br />

its surroundings. The Contractor shall himself provide suitable magazines and<br />

arrange to procure and store explosives etc. as required under the rules at his own<br />

cost. The designs and the location of the magazine shall be got approved in advance<br />

from the Chief inspector of Explosives and the Rules and Regulations in this<br />

connection as laid down by the Chief Inspector of Explosives from time to time shall<br />

be strictly adhered to by the Contractor . It is generally experienced that it takes time<br />

to obtain the necessary license for blasting and license for storage of materials from<br />

the concerned authorities. The Contractor must therefore, take timely advance action<br />

for procuring all such licenses so that the work progress may not be hampered.<br />

6.5.6 The approaches to the quarrying place from the existing public roads shall<br />

have to be arranged by the Contractor at his own cost and the approaches shall be<br />

maintained by the Contractor at his own cost till the work is over.<br />

6.5.7 The Quarrying operations shall be carried out by the Contractor to the entire<br />

satisfaction of the Engineer-in-charge and the development of the quarry shall be<br />

made efficiently so as to avoid wastage of stones. Only such stones as are of the<br />

required quality shall be used on the work. Any stone which is in the opinion of the<br />

Engineer-in-charge , not in accordance with the specifications or of required quality<br />

will be rejected at any time, at the quarry or at the site of work. The rejected stones<br />

shall not be used on the work and such rejected materials shall be removed to the<br />

place shown at the Contractor's cost.<br />

Contractor No. of Corrections Executive Engineer


83<br />

Dy.E.E.<br />

6.5.8 Since all stones quarried from Government quarry (if made available) by the<br />

Contractor including the excavated over burden are the property of the<br />

Government , no stones or earth shall be supplied by Contractor to any other<br />

agencies or works and are not allowed to be taken away for any other works.<br />

All such surplus quarried materials not required for work under this contract<br />

shall be the property of the Government and shall be handed over by the<br />

Contractor to the Government free of cost at the quarry site duly heaped at the<br />

spots indicated by the Engineer-in-charge .<br />

6.5.9 Quarrying permission will have to be directly obtained by the<br />

Contractor from the Collector of the District concerned for which purpose the<br />

Department will render necessary assistance. All quarry fees, royalty charges,<br />

Octroi duties, ground rent for staking material etc. if any to be paid, shall be<br />

paid directly by the contractor as per prevailing rules in force.<br />

6.5.10 The Contractor will be permitted to erect at his own risk and cost at the<br />

quarry site, if suitable vacant space in Government area is available of the<br />

purpose, his own structures for stores, offices etc. at places approved by the<br />

Engineer-in-charge . On completion of the work the Contractor shall remove<br />

all the structures erected by him and restore the site to its original condition.<br />

6.5.11 The Contractor shall not use any land in the quarry for cultivation or<br />

for any other purpose except that required for breaking or stacking or<br />

transporting stones.<br />

6.6 COLLECTION OF MATERIALS :-<br />

(I)<br />

Where suitable and approved P.W. Department's quarries exist the<br />

Contractor or piece worker will be allowed if otherwise there is no objection<br />

to obtain the materials to the extent required for the work from the quarry. He<br />

will be, however, liable to pay compensation, if any damage caused to the<br />

quarry either deliberately or through negligence or for wastage of materials by<br />

Contractor No. of Corrections Executive Engineer


84<br />

Dy.E.E.<br />

himself or his staff or labour. The Contractor shall pay necessary royalty in advance<br />

and shall claim refund according to rules, if admissible, and shall submit detailed<br />

accounts of materials quarried as directed.<br />

(II)<br />

Where no suitable P.W. Department's quarries exist or when the quantity of the<br />

material required cannot be obtained from a P.W. Department quarry, the Contractor<br />

or piece worker shall make his own arrangements to obtain the material from existing<br />

or a new quarry in Government waste land, private land or land belonging to other<br />

States or Talukas etc. After opening the quarry but before starting collection, the<br />

quarry shall be got approved from the Engineer-in-charge or his representatives. The<br />

Contractor or piece worker shall pay all royally charges, compensation etc. No claims<br />

or responsibility on account of any of obstructions caused to execution of the work by<br />

difficulties arising out of private owners of the land will be entertained.<br />

(III)<br />

The rates in the tender, include all incidental charges such as opening of a new quarry,<br />

opening out a new portion in an existing quarry, removing top soil and the unsuitable<br />

material, dewatering, quarry, cost of blasting powder and fuse, lift and lead, repairs to<br />

existing cart tracks, making new cart tracks, control charges, Central/State<br />

Government or Municipal Taxes, etc.<br />

(IV)<br />

The rates in the tender are for the delivery of the approved material on road side,<br />

properly stacked at the places specified by the Engineer-in-charge and are inclusive of<br />

conveyance charges in respect of the leads and lifts. No claims on account of changes<br />

in lead will be entertained.<br />

Contractor No. of Corrections Executive Engineer


85<br />

Dy.E.E.<br />

(V)<br />

No material shall be removed from the land within the road boundary or from the land<br />

touching it without the written permission of the Engineer-in-charge or his authorized<br />

agent. If any material is unauthorisely obtained from such places, the Contractor or<br />

piece worker shall have to make good the damages and pay such compensation, in<br />

addition as may be decided by the Executive Engineer and will have to stop further<br />

collection.<br />

(VI)<br />

Any material that falls on any P.W.D. Road from the cart etc. during conveyance shall<br />

be immediately picked up and removed by the Contractor or piece worker, failing<br />

which it will be got removed departmentally at his cost. No heap shall be left prior to<br />

stacking even temporarily on the road surface or in any way so as to cause any<br />

obstruction or danger to the traffic. The Contractor or the piece worker shall be liable<br />

to pay for any claims of compensation etc. arising out of any accident, etc. Any such<br />

materials causing obstruction or danger etc. will be got removed departmentally at his<br />

cost and no claim for any loss or damage to the material, thus removed will be<br />

entertained. The Contractor shall also be responsible for the damage or accident etc.<br />

arising out of any material that falls on the road or track, not in charge of the<br />

Department and shall attend to any complaints which may be received.<br />

(VII) The materials shall not be stacked in place where it is liable to be damaged or lost due<br />

to traffic passing over it, to be washed away by rain or floods, to be buried under the<br />

land slides etc. or the slip down an embankment or hill side etc. No claims for any<br />

loss due to these and similar causes will be entertained.<br />

(VIII) Before stacking, the materials shall be free from all earth, rubbish, vegetable matter<br />

and other extraneous substance and in the case of metal, screened to gauge if so<br />

directed when ready. It shall be stacked entirely clear of the road way on ground<br />

which has been cleaned of vegetation and levelled. On high banks, ghat roads etc.<br />

where it may not be practicable to stack it entirely clear of the roadway, it may be<br />

stacked with the permission of the Engineer-in-charge on terms in such a way as to<br />

cause minimum danger and obstruction to the traffic or as may be directed by him.<br />

Contractor No. of Corrections Executive Engineer


86<br />

Dy.E.E.<br />

(IX)<br />

The size of the stack of the materials other than rubble shall be 3 x 1.5 x 0.60 metre or<br />

such other size as may be directed by the Engineer-in-charge and all but one stack in<br />

200 metres shall be of the same uniform size and shall be uniformly distributed over<br />

whole lengths. One stack (at the end) in each 200 metres may be of length different<br />

from the rest in order to adjust total quantity to be required but its width and height<br />

will be the same as those of the rest.<br />

(X) The Sub Divisional Officer shall supply the Contractor with statement showing 200<br />

metres wise quantities that will be required and the order in which the collection is to<br />

be done. No materials in excess of requirements in that 200 metres shall be stacked.<br />

Any excess quantity shall be removed at the expense of the Contractor or piece<br />

worker to where it is required before the material in that 200 metres is finally<br />

measured.<br />

(XI)<br />

In stacking materials the deposition shall commence at the end of the Kilometer<br />

farthest from the quarry and be carried continuously to the other end (unless otherwise<br />

directed by the Executive Engineer ). Stacking in one 200 metres shall be completed<br />

before it is started in another unless directed otherwise in writing by the Executive<br />

Engineer . Measurements of the materials stacked in a 200 metres will not be<br />

recorded until the full quantity required has been stacked unless otherwise authorised<br />

by Engineer in writing. Collection and spreading; shall not be carried out at the same<br />

time in one and the same Kilometer or in two adjoining Kilometer except with the<br />

written permission of the Executive Engineer.<br />

(XII) Unless otherwise directed, the materials shall be collected in the following order<br />

according to availability of space. (1) Rubble (if included in tender) (2) Metal (3)<br />

Soft murum and (4) Hard murum. Hard murum shall been stacked on the side<br />

opposite to that on which soft murum has been stacked. Similarly, metal collected for<br />

petty repairs shall be stacked on the side opposite to metal for new layer. Where<br />

metal for two layers has to be stacked, as in the case of new roads, the metal for each<br />

layer shall be stacked on the opposite sides of the road.<br />

Contractor No. of Corrections Executive Engineer


87<br />

Dy.E.E.<br />

(XIII) All road material shall be examined and measured before it is spread. The labour for<br />

measurements ( and check measurements wherever carried out ) shall be supplied by<br />

the Contractor or piece worker. Immediately after the measurements are recorded, the<br />

stacks shall be marked by the contractor or piece worker by white wash or otherwise<br />

as may be directed by the Executive Engineer to prevent from any possibility of the<br />

same material being measured and recorded over again and to prevent any<br />

unauthorized tampering with the stacks. If the contractor or the piece worker fails to<br />

attend the measurements of materials after receiving the notice from the Sub<br />

Divisional Officer or his subordinate stating date and time of the intention to measure<br />

the work, the same shall be measured nevertheless and no complaint in this respect<br />

will be entertained later-on. If the contractor or piece worker fails to supply sufficient<br />

labour or the materials required at the time measurements or check measurements,<br />

after due notice has been given to him, the expenses incurred on account of<br />

employing departmental labour or material etc. shall be charged against his account.<br />

(XIV) No deduction will be made for voids.<br />

6.7 AGENT AND WORK ORDER BOOKS :-<br />

The contractor shall himself engaged an authorized all time agent on the work capable<br />

of managing and guiding the work and understand the specifications and contract<br />

condition. A qualified and experienced, Engineer shall be provided by the contractor<br />

as his agent for technical matters in case the Engineer-in-charge considers this as<br />

essential for the work and so directs contractors. He will take orders as will be given<br />

by the Executive Engineer or his representative and shall be responsible for carrying<br />

them out.<br />

This agent shall not be changed without prior intimation to the Executive Engineer<br />

and his representative on the work site. The Engineer-in-charge have the<br />

unquestionable right to ask for change in the quality and strength of contractor‟s<br />

supervisory staff and to order removal from work of any of such staff. The contractor<br />

shall comply with such orders and effect replacements to the satisfaction of the<br />

Engineer-in-charge.<br />

Contractor No. of Corrections Executive Engineer


88<br />

Dy.E.E.<br />

A work order book shall be maintained on site and it shall be the property of the<br />

Government and the contractor shall promptly sign orders given therein by the<br />

Executive Engineer or his representative and his superior officers and comply with<br />

them.<br />

The compliance shall be reported by the Contractor to the Engineer in good time so<br />

that it can be checked. The blank work order with machine numbered pages will be<br />

provided by the Department free of charge for this purpose. The contractor will be<br />

allowed to copy out instructions therein from time to time. The order issued by the<br />

Government in P.W. Department from time to time regarding Construction procedure<br />

shall be binding on the contractor in addition to the specifications contained in P.W.D.<br />

hand book Volume I and II and book of standard specification of P.W. Department<br />

and the specifications enumerated above.<br />

6.8 INITIAL MEASUREMENTS FOR RECORD:-<br />

Where for proper measurement of work, it is necessary to have initial set of levels or<br />

other measurements taken, the same as recorded in the authorized field book or<br />

measurement book of Government by the Engineer or his authorized representative<br />

will be signed by the Contractor who will be entitled to have a true copy of the same<br />

made at his cost. Any failure on the part of the Contractor to get such levels etc.<br />

recorded before starting the work will render him liable to accept the decision of the<br />

Engineer as to the basis of taking measurements. Like-wise the Contractor will not<br />

cover any work which will render its subsequent measurements difficult or impossible<br />

without first getting the same jointly measured by himself and the authorized<br />

representative of the Executive Engineer . The record of such measurements on the<br />

Government side will be signed by the Contractor and he will be entitled to have a<br />

true copy of the same made at his cost.<br />

6.9 HANDING OVER OF WORK :-<br />

All the works and materials before finally taken over by Government it will be the<br />

entire liability of the Contractor to guard, maintain and make good any damage of any<br />

magnitude. Interim payments made for such work will not alter this position. The<br />

handing over by the Contractor and taking over by the Executive Engineer or his<br />

authorized representative will be always in writing copies of which will go to the<br />

Executive Engineer or his authorized representative and the Contractor. It is however,<br />

understood that before taking over such work, Government will not put it into regular<br />

use as distinct from casual or incidental one, expect as specifically mentioned<br />

elsewhere in this contract, or as mutually agreed to.<br />

Contractor No. of Corrections Executive Engineer


89<br />

Dy.E.E.<br />

6.10 ASSISTANCE IN PROCURING PRIORITIES, PERMITS ETC :<br />

The Engineer on a written request by Contractor will, if in his opinion the request is<br />

reasonable and in the interest of work and its progress, assist the Contractor in<br />

securing, the priorities for deliveries, transport, permits for controlled materials etc.<br />

where such are needed. The Department will not however be responsible for the nonavailability<br />

of such facilities or delays on this behalf and no claims on account of such<br />

failure of delays shall be allowed by the Department.<br />

The Contractor shall have to make his own arrangement for machinery required for<br />

the work. However if the same is conveniently available with the Department it may<br />

be spared as per the rules in force on recovery of necessary Security Deposit and rent<br />

at the rate approved from time to time by the independent agreement to this contract<br />

and the supply or non supply of machinery shall not form a ground for any claim or<br />

extension of time for this work.<br />

7. SAMPLES AND TESTING OF MATERIALS :<br />

I) All materials to be used on work, such as cement, lime, aggregates, stone, asphalt, etc.<br />

shall be got approved in advance from the Engineer-in-charge and shall pass the tests<br />

and analysis required by him, which will be :<br />

a) as specified in the specifications of the items concerned and / or<br />

b) Red book<br />

c) as specified by the Indian Road Congress Standard Specification and code of<br />

practice for Road and Bridges or<br />

d) I.S.I. Specifications (whichever and wherever applicable ) or<br />

e) As per M.O.R.T. & H specifications for Roads and Bridges III edition Section 900<br />

quality control for road work.<br />

f) Such recognized specifications acceptable to the Engineer-in-charge as equivalent<br />

there to or in the absence of such authorized specifications<br />

g) Such requirements test and/or analysis as may be specified by the Engineer-incharge<br />

in the order of procedure given above.<br />

II) The Contractor shall at his risk and cost make all arrangement and/or shall provide for<br />

all such facilities as the Engineer-in-charge may require for collecting, preparing<br />

required number of samples for test or analysis at such time and to such places as may<br />

be directed by Engineer and bear all such charges, such samples shall also be<br />

deposited with Engineer-in-charge .<br />

Contractor No. of Corrections Executive Engineer


90<br />

Dy.E.E.<br />

(III)<br />

The Contractor shall as and when required submit at his cost the samples of materials<br />

to be tested or analyzed and if, so directed, shall not make use of or incorporate in the<br />

work any material represented by the samples until the required test or analysis have<br />

been made and after the test of the materials, finally accepted by the Engineer-incharge<br />

7.1 QUALITY CONTROL ON WORKS AND MATERIALS :<br />

The Contractor shall be responsible for the quality of the work in the entire<br />

construction work within the contract. He shall, therefore, have his own independent<br />

and adequate set up for ensuring the same. This shall include establishing field<br />

laboratory for testing required for concrete & B.T. works. The plant laboratory shall<br />

be equipped with the equipment‟s and apparatus required for the testing. The list of<br />

various equipment‟s/apparatus is enclosed at page 119 for information and guidance<br />

of the Contractor . These equipment‟s shall be in working condition. The engineer in<br />

charge of the work will verify these equipment‟s in the laboratory at plant site. The<br />

work shall not be started (particularly the concrete work) unless and until the<br />

laboratory is equipped with equipment‟s. (Ref. Page 119). Asphalt testing laboratory<br />

shall be established by the contractor at his cost preferably at his plant site and all<br />

asphalt consignments shall be tested in his laboratory before putting it to use in the<br />

presence of representative of Engineer in charge.<br />

7.2 CO-ORDINATION :<br />

When several agencies for different sub-works of the project are to work<br />

simultaneously on the project site, there must be full coordination between the<br />

contractors to ensure timely completion of the whole project smoothly. The<br />

scheduled dates for completion specified in each contract shall therefore, be strictly<br />

adhered to. Each contractor may make his independent arrangements for water,<br />

power, housing etc. if they so desire. On the other hand the Contractor are at liberty<br />

to come to mutual agreement in this behalf and make joint arrangements with the<br />

approval of the Engineer . No Contractor shall take or cause to be taken any steps or<br />

action that may cause, distruption, discontent, or disturbance of work, labour or<br />

arrangement etc. of the contractor in the project localities. Any action by any<br />

Contractor which the Engineer in his unquestioned discretion may consider as<br />

infringement of the above code, would be considered as a breach of the contract<br />

conditions and shall be dealt-with accordingly.<br />

Contractor No. of Corrections Executive Engineer


91<br />

Dy.E.E.<br />

In case of any dispute of disagreement between the Contractors, the Engineer‟s<br />

decision regarding the coordination, co-operation and facilities to be provided by any<br />

of the Contractor shall be final and binding on the contractors concerned and such a<br />

decision shall not vitiate any contract nor absolve the Contractor of his obligations<br />

under the contract nor consider from the grounds for any claim or compensation.<br />

7.3 TEMPORARY QUARTER<br />

The Contractor shall at his own expense maintain sufficient experienced supervisory<br />

staff etc. required for the work and shall make his own arrangements for housing such<br />

staff with all necessary amenities. General layout plan for such structures shall be got<br />

approved from the Engineer-in-charge . It will be the responsibility of the Contractor<br />

to get his lay out plan of temporary structure approved from the local competent<br />

authority.<br />

7.4 PATENTED DEVICES, MATERIALS AND PROCESSES :<br />

When the Contractor desires to use any designed device, materials or process covered<br />

by letter of patent or copy right, the right for such use should be secured by suitable<br />

legal arrangement and agreement with patent owner and a copy of their agreement<br />

shall be filed with the Engineer-in-charge if so desired by the latter.<br />

7.5 WATER SUPPLY :<br />

Availability of adequate water for works and sources thereof shall be confirmed by<br />

the Contractor before submitting the tender.<br />

The Contractor shall make his own arrangements at his own cost for entering into<br />

contract with concerned authorities for obtaining the connection and carry the water<br />

upto the work site as required by him. The location of the pipe line with respect to the<br />

road shall be decided by Engineer-in-charge and shall be binding on the Contractor .<br />

The Contractor is advised to provide water storage tank of adequate capacity to take<br />

care of possible shutdown of water supply system.<br />

Contractor No. of Corrections Executive Engineer


92<br />

Dy.E.E.<br />

The Contractor shall have to supply water required by the Department for its<br />

establishment at work site. The water consumed by the Department will be metered.<br />

For providing the meter permission, if necessary will be arranged by the Department.<br />

Charges for the water consumed by the Department will be paid to the Contractor at<br />

the rates of 125% of the recurring costs or actually charged to him by concerned<br />

authorities and no other charges would be payable by the Department.<br />

7.6 ELECTRICITY :<br />

The Contractor will have to make his own arrangement at his own cost for obtaining<br />

or providing electric supply at work site.<br />

Electrical supply for the Departments use at work site shall be provided by the<br />

contractor . No charges would be payable by the Department.<br />

8. SAFETY MEASURES AND AMENITIES :<br />

8.1 SAFETY MEASURES :<br />

The Contractor shall take all necessary precautions for the safety of the workers and<br />

preserving their health while working on such job as require special protection and<br />

precautions wherever required. The following are some of the requirements listed,<br />

through not exhaustive. The contractor shall also comply with the directions issued<br />

by the Engineer in this behalf from time to time and at all times.<br />

1) Providing protective foot-wear to workers, in situations like mixing and placing of<br />

mortar or concrete, in quarries and place where the work is to be done under too<br />

much wet conditions as also for movements over surfaces infected with oyster growth<br />

etc.<br />

2) Providing protective head wear to workers, working in quarries etc. to protect them<br />

against accidental fall of materials from above.<br />

3) Taking such normal precautions like providing hand rails to the edges of the floating<br />

platform or barges, not allowing nails or metal parts or useless timber to spread<br />

around etc.<br />

Contractor No. of Corrections Executive Engineer


93<br />

Dy.E.E.<br />

8.2 AMENITIES :<br />

1) Supporting workmen with proper belts, ropes etc. when working on any masts, cranes,<br />

grabs, hoist, dredger etc.<br />

2) Taking necessary steps towards training the workers concerned of the use of<br />

machinery before they are allowed to handle it independently and taking all necessary<br />

precautions in and around the areas where machines, hoists and similar units are<br />

working.<br />

3) Providing adequate number of boats (if at all required for plying in water) to prevent<br />

overloading and over-crowding.<br />

4) Providing life belts to all men working at such situations from where they may<br />

accidentally fall into water. Equipping the boats with adequate number of life boats<br />

etc.<br />

5) Avoiding bare live-wires etc. as would electrocute workers.<br />

6) Making all platforms, stagings and temporary structures sufficiently strong and not<br />

causing the workmen and supervisory staff to take undue risks.<br />

7) Providing sufficient first aid trained staff and equipment to be available quickly at the<br />

work site to render immediate first aid treatment in case of accidents due to<br />

suffocation, drowning and other injuries.<br />

8) Take all necessary precautions with regard to use of divers.<br />

9) Providing full length gum boots, leather hand gloves, leather jackets with fireproof<br />

aprons to cover the chest and black reaching upto knees plain goggles for the eyes to<br />

the labour working with hot asphalt handling vibrators in cement concrete and also<br />

where use of any or all these items is, essential in the interest of health and well being<br />

of the labourers in the opinion of the Engineer.<br />

8.3 EXPLOSIVE :<br />

The Contractor shall at his own expense construct and maintain proper magazines, if<br />

such are required for the storage of explosives for use in connection with the work<br />

and such magazines, being situated constructed and maintained in accordance with the<br />

Government Rules applicable in that behalf. The Contractor shall at his own expenses<br />

obtain such license or licenses as may be necessary for storing and using explosives.<br />

Notwithstanding that the location etc. or storage of explosives are approved by the<br />

Engineer , the Government , shall not bear any responsibility whatsoever in<br />

connection with the storage and use of explosives on the site or any accident or<br />

occurrence what -so-ever in connection, therewith, all operations of the Contractor in<br />

or for which explosives employed being at the risk of contractor and upon his sole<br />

responsibility and the Contractor hereby gives to Government an absolute indemnity<br />

in respect thereof.<br />

Contractor No. of Corrections Executive Engineer


94<br />

Dy.E.E.<br />

8.4 DAMAGE BY FLOODS OR ACCIDENTS :-<br />

The contractor shall take all precautions against damage by floods or from accident<br />

etc. No compensation will be allowed to the Contractor on this account or for<br />

correcting and repairing any such damage to the work during construction The<br />

Contractor shall be liable to make good at his cost any plant or materials belonging to<br />

the Government lost or damaged by floods or from any other cause while is in his<br />

charge.<br />

8.5 RELATION WITH PUBLIC AUTHORITIES:<br />

The Contractor shall comply with all rules, regulations, bye-laws and directions given<br />

from time to time by any local or public authority in connection with this work and<br />

shall himself pay all charges which are leviable on him without any extra cost to the<br />

Government .<br />

POLICE PROTECTION:<br />

For the Special Protection of camp of the Contractor's works, the Department will<br />

help the Contractor as far as possible to arrange for such protection with the<br />

concerned authorities. The cost shall be borne by the Contractor .<br />

8.6 INDEMNITY:<br />

The Contractor shall indemnify the Government against all actions, suits, claims and<br />

demands brought or made against it in respect of anything done of committed to be<br />

done by the contractor in execution of or in connection with the work of this contract<br />

and against any loss or damage to the Government in consequence to any action or<br />

suit being brought against the Contractor for anything done or committed to be done<br />

during the execution of this contract.<br />

The Government may at its discretion and entirely at the cost of the contractor defend<br />

such suit, either jointly with the Contractor or single in case the latter chooses not to<br />

defend the case.<br />

Contractor No. of Corrections Executive Engineer


95<br />

Dy.E.E.<br />

8.7 MEDICAL & SANITARY ARRANGEMENTS TO BE PROVIDED FOR<br />

LABOUR EMPLOYED IN THE CONSTRUCTION BY THE CONTRACTOR:<br />

a) The Contractor shall provide an adequate supply of pure and wholesome water for the<br />

use of labourers on work and in camps.<br />

b) The Contractor shall construct trench or semi permanent latrines for the use of the<br />

Labours. Separate latrines shall be provided for men and women.<br />

c) The Contractor shall build sufficient number of huts on a suitable plot of land for use<br />

of the labourers according to the following specifications :-<br />

1. Huts with Bamboo‟s and Grass may be constructed.<br />

2. A good site not liable to submergence shall be selected on high ground remote<br />

from jungle but well provided with tress, shall be chosen wherever it is available. The<br />

neighborhood of tank, jungle, trees or wood should be particularly avoided, Camps<br />

should not be established close to large cutting of earth work.<br />

3. The lines of huts shall have open space of at least ten metres between rows. When<br />

a good natural site cannot be procured, particular attention should be given to the<br />

drainage.<br />

4. There should be no over crowding. Floor space at the rate of 3 Sq. metre per head<br />

shall be provided. Care should be taken to see that the huts are kept clean and in good<br />

order.<br />

5. The Contractor must find his own land and if he wants Government land, he<br />

should apply for it. Assessment for it, if demanded will be payable by Contractor .<br />

However the Department does not bind itself for making available the required land.<br />

a) The Contractor shall construct a sufficient number of bathing places, Washing<br />

places should also be provided for the purpose of washing cloths.<br />

b) The Contractor shall engage a Medical Officer with a traveling dispensary for<br />

a Camp containing 500 or more persons if there is no Government or other private<br />

dispensary situated with 8 Kms. from the camp. In case of emergency the Contractor<br />

shall arrange a this cost of transport for quick medical help to his sick worker.<br />

c) The Contractor shall provide the necessary staff for effecting satisfactory<br />

conservancy and cleanliness of the camp to the satisfaction of the Engineer-in-charge<br />

. At least one sweeper per 200 persons should be engaged.<br />

Contractor No. of Corrections Executive Engineer


96<br />

Dy.E.E.<br />

d) The Assistant Director of Public Health shall be consulted before opening a<br />

labour camp and his instruction on matters such as water supply, sanitary<br />

conveniences, the camp site accommodation and food supply shall be followed by the<br />

Contractor .<br />

e) The Contractor shall make arrangements for all ant malarial measures to<br />

provided for the labours employed on the work. The ant malarial measures shall be<br />

provided as directed by the Assistant Director of Public Health.<br />

f) The ant malaria and other health measures shall be as directed by the Joint-<br />

Director (Malaria and Filaria) Health Services, Pune.<br />

g) Contractor shall see that mosquitogenic condition are not created so as to keep<br />

vector populations to minimum level.<br />

h) Contractor shall carry out ant malaria measures in the area as per guidelines<br />

prescribed under National Malaria Eradication Programme and as directed by the<br />

Joint Director, (M & F) of Health Services Pune.<br />

i) In case of default in carrying out prescribed ant malaria measures resulting in<br />

increase in Malaria incidence, contractor shall be liable to pay to Government the<br />

amount spent by Government on anti malaria measure to control the situation in<br />

addition to fine.<br />

j) The Contractor shall make sufficient arrangements for draining away the<br />

surface and sullage water as well as water coming from the bathing and washing<br />

places and shall dispose off this waste water in such way as not to cause any<br />

nuisance. He shall also keep the premise clean by employing sufficient number of<br />

sweepers.<br />

k) The Contractor shall comply with all rules, regulation bye-law and directions<br />

given from time to time by any local or public authority in connection with this work<br />

and shall pay fees or charges which are leviable on him without any extra cost to<br />

Government .<br />

l) In addition to above all provisions of the relevant labour act pertaining to basic<br />

amenities to be provided to the labourer shall be applicable which will be arranged by<br />

the Contractor .<br />

Contractor No. of Corrections Executive Engineer


97<br />

Dy.E.E.<br />

9. MISCELLANEOUS :<br />

9.1 For providing electric wiring or water lines ete. recesses shall be provided if necessary<br />

through walls, slabs, beams etc. and later on refilled it with bricks or stones, chipping<br />

cement mortar without any extra cost.<br />

9.2 In case it becomes necessary for the due fulfillment of contract for the Contractor to<br />

occupy land outside the Department limits, the Contractor will have to make his own<br />

arrangements with the land owners and pay such rents, if any, are payable as mutually<br />

agreed between them.<br />

9.3 The Contractor shall duly comply with the provision of the Apprentices Act 1961 (iii<br />

of 1961) and the rules and orders made thereunder from time to time under the said<br />

Rules and on his failure or neglect to do so he shall be subject to all the liabilities and<br />

penalties provided by the said Act and Rules.<br />

9.4 It is presumed that the Contractor has gone carefully through the M.O.R.T. & H<br />

specifications (edition 2001) and Schedule of Rate of the division, and studied the site<br />

conditions before arriving at rates quoted by him. The special provisions and detailed<br />

specification of wording of any item shall gain precedence over the corresponding<br />

contrary provisions (if any) in the standard specification given without reproducing<br />

the details in contract. Decision of Engineer-in-charge shall be final in case of<br />

interpretation of specification.<br />

9.5 If the standard specifications fall short for the items quoted in the schedule of this<br />

contract reference shall be made to the latest Indian Standard specifications, I.R.C.<br />

codes. If any of items of this contract do not fall in reference quoted above, the<br />

decision and specifications as directed by the Engineer-in-charge shall be final.<br />

9.6 The stacking and storage of building materials at site shall be in such a manner as to<br />

prevent deterioration or inclusion of foreign materials and to ensure the preservation<br />

of the quantity, properties and fitness of the work. Suitable precautions shall be taken<br />

by Contractor to protect the materials against atmospheric action fire and other<br />

hazards. The materials likely to be carried away by wind shall be stored in suitable<br />

stores or with suitable barricades and where there is likelihood of subsidence of soil,<br />

heavy materials shall be stored on paved platforms. Suitable separating barricades<br />

and enclosure as directed shall be provided to separate materials brought by contractor<br />

and from different sources of supply.<br />

Contractor No. of Corrections Executive Engineer


Dy.E.E.<br />

Contractor No. of Corrections Executive Engineer<br />

98<br />

10 INSTRUCTION REGARDING EXECUTION OF WORKS HAVING VERY<br />

HIGH RATE AND VERY LOW RATES:<br />

In case of high rates quoted by the Contractor for a particular item, the payment for<br />

that item shall be made at part rate based on C.S.R. rate initially. Full rate shall be<br />

released only after entire work is satisfactorily completed.<br />

11. DEFINITIONS :<br />

a) Unless excluding by or repugnant to the context :-<br />

a) The expression "Government " as used in the tender documents shall mean the<br />

Public Works Department of the Government of Maharashtra.<br />

b) The expression "The Chief Engineer " as used anywhere in the tender papers<br />

shall mean officer for the time being of the Government of Maharashtra who is<br />

designated as such.<br />

c) The expression "Superintending Engineer " as used in the tender papers shall<br />

mean the officer of Superintending Engineer rank (by whatever designation he may be<br />

known) under whose control the work lies for the time being.<br />

d) The expression “Engineer” or “Engineer-In-Charge” as used in the tender<br />

papers shall mean the Executive Engineer-in-charge of the work.<br />

e) The expression "Contractor " as used in the tender papers shall mean the<br />

successful tenderer that is the tenderer whose tender has been accepted, and who has<br />

been authorised to proceed with the work.<br />

f) The expression "Contract" as used in the tender papers shall mean the deed of<br />

contract together with or its original accompaniment and those later incorporated in it<br />

by mutual consent.<br />

g) The expression "Plant" as used in the tender papers shall mean very temporary<br />

and necessary means necessary or considered necessary by the Engineer to execute,<br />

construct, complete and maintain the works and used in altered, modified, substituted<br />

and additional works ordered in the time and in the manner herein provided and all<br />

temporary materials and special and other articles of appliances of every sort, kind<br />

and description whatsoever intended or used therefor.<br />

h) The expression “Department” as used in the tender papers shall means Public<br />

Works Department of Government of Maharashtra.<br />

i) The “Accepting authority” shall mean the officer competent to accept the<br />

tender.<br />

j) The “Site” shall mean the land and/or other places where the work is to be<br />

executed under the contract including any other land or places which may be allotted<br />

by the Government or use for the purpose of contract.


99<br />

Dy.E.E.<br />

12 TESTING ETC. :<br />

The Contractor shall be responsible for the quality of the work in the entire<br />

construction work within the contract. He shall, therefore, have his own independent<br />

and adequate setup for ensuring the same. This shall include establishing field<br />

laboratory for testing required for WBM and B.T. works, if any.<br />

13. AUTHORITIES OF THE ENGINEER IN CHARGE :<br />

Save in so far as it is legally or physically impossible the Contractor shall execute,<br />

complete and maintain the works in strict accordance with the contract under the<br />

directions and to the entire satisfaction of the Engineer in charge and shall comply<br />

with and adhere strictly to the Engineer-in-charge‟s instructions and directions on any<br />

matter (Whether mentioned in the contract or not) pertaining to this works.<br />

The Engineer in charge shall decide all questions which may arise as to quality and<br />

acceptability of materials furnished and work executed, manner of execution, rate of<br />

progress of the works, interpretation of the plans and specifications and acceptability<br />

of fulfillment of the contract on the part of the Contractor . He shall determine the<br />

amount and quantity of work performed and materials furnished and his decision shall<br />

be final. In all such matters, and in any technical questions which may arise touching<br />

the contract, his decision shall be binding on the Contractor .<br />

The Engineer in charge shall have the power to enforce such decisions and orders if<br />

the Contractor fails to carry them out promptly. If the Contractor fails to execute the<br />

work ordered by the Engineer-in-charge . The Engineer in charge may give notice to<br />

Contractor specifying a reasonable period therein and on the expiry of that period<br />

proceed to execute such work as may be deemed necessary and recover the cost there<br />

of from the Contractor .<br />

13.1 AUTHORITIES OF THE ENGINEER-IN-CHARGE'S REPRESENTATIVE<br />

The duties of the representative of the Engineer-in-charge are to watch and supervise<br />

the work and to test and examine any material to be used for workmanship employed<br />

in connection with the works.<br />

13.2 The Engineer-in-charge may from time to time, in writing delegate to his<br />

representative any of the powers and authorities vested in the Engineer-in-charge and<br />

shall furnish to the Contractor a copy of all such delegations of powers and<br />

authorities. Any written instruction or approval given by the representative of the<br />

Engineer-in-charge to the Contractor within the terms of such delegations (but not<br />

otherwise) shall bind the Contractor and the Department as though it had been given<br />

by the Engineer-in-charge , provided always as follows.<br />

A) Failure of the representative of the Engineer-in-charge to disapprove any work or<br />

material shall not prejudice the power of the Engineer-in-charge there after to<br />

disapprove such work or materials and to order to pulling down, removal or breaking<br />

up thereof.<br />

Contractor No. of Corrections Executive Engineer


100<br />

Dy.E.E.<br />

B) If the Contractor is dissatisfied with any decision of the Representative of the<br />

Engineer-in-charge he shall be entitle to refer the matter to the Engineer-in-charge,<br />

who shall there upon confirm/reverse or vary such decision.<br />

14. LAY OUT OF WORK :<br />

14.1 Layout of the work will be done by the Contractor in consultation with the Executive<br />

Engineer of the Department or his representative, some permanent marks should<br />

however be established to indicate the demarcation of the structure or any component<br />

there of made to this permanent marks in measurement books and drawing signed by<br />

the contractor and the departmental officer, Responsibility regarding layout will be<br />

joint.<br />

14.2 SETTING OUT :-<br />

I) ROAD WORKS :-<br />

a) The contractor shall establish working bench marks in the area soon after taking<br />

possession of the site. The working bench marks shall be at the rate of four per Km.<br />

and also at or near all drainage structures, over bridges and underpasses. The working<br />

bench marks shall be got approved from the Engineer. Checks must be made on these<br />

bench marks once every month and adjustments if any got agreed with the Engineer<br />

and recorded. An up to date record of all bench marks including approved adjustment,<br />

if any shall be maintained by the contractor and also a copy supplied to the Engineer<br />

for his record.<br />

b) The lines and levels of formation, side slopes, drainage, carriageways and shoulders<br />

shall be carefully set and frequently checked, care being taken to ensure that correct<br />

gradients and cross sections are every where obtained.<br />

c) In order to facilitate the setting out of the works, the center line of the carriageway or<br />

highway<br />

must be accurately established by the contractor and approved by the<br />

Engineer. It must then be accurately referenced in a manner satisfactory to the<br />

Engineer, every 50 m. intervals in plain and rolling terrain and 20 m. intervals in hilly<br />

terrain and in all curve points as directed by the Engineer, with marker pegs and<br />

change boards set in or near the fence line, and a schedule of reference dimensions<br />

shall be prepared and supplied by the contractor to the Engineer. These markers shall<br />

be maintained until the works reach finished formation level and are accepted by the<br />

Engineer.<br />

d) On construction reaching the formation level stage the center line shall again be set<br />

out by the contractor and when approved by the Engineer shall be accurately<br />

referenced in a manner satisfactory to the Engineer by marker pegs set at the outer<br />

limits of the formation.<br />

Contractor No. of Corrections Executive Engineer


101<br />

Dy.E.E.<br />

15. STACKING AND STORAGE AND GUARDING OF MATERIALS :<br />

15.1 The stacking and storage of material at site shall be in such a manner as to prevent<br />

deterioration or intrusion of foreign matter and to ensure the preservation of their<br />

quality, properties and fitness for the work. Suitable precautions shall be taken by the<br />

Contractor to protect the materials against atmospheric action, fire and other hazards.<br />

The materials likely to be carried away by wind shall be stored in suitable stores or<br />

with suitable barricades and where there is likely hood of subsidence of soil, heavy<br />

materials shall be stored on paved platforms.<br />

Suitable separating barricades and enclosures as directed shall be provided to separate<br />

materials brought by Contractor and materials issued by Government to Contractor<br />

under Schedule "A" Same applies for the material obtained from different sources of<br />

supply.<br />

15.2 The Contractor shall at his own expense engage watchman for guarding the materials<br />

and plant and machinery and the work during day and night against any pilferage or<br />

damage and also for prohibiting trespassers.<br />

15.3 No materials brought to the site shall be removed from the site without the prior<br />

approval of the Engineer-in-charge .<br />

16. INSPECTION OF WORKS<br />

16.1 The Contractor shall inform the Engineer-in-charge in writing when any portion of the<br />

work is ready for inspection giving him sufficient notice to enable him to inspect the<br />

same without affecting the further progress of the work.<br />

16.2 The Contractor shall provide at his cost necessary ladders and such arrangements as<br />

are considered safe by the Engineer-in-charge for proper inspection of all parts of the<br />

work.<br />

16.3 Contractor shall extend his full co-operation and make all necessary arrangements<br />

when needed for carrying out inspection of the work or any part of the work by the<br />

local representatives, M.L.As, M.Ps and officers and dignitaries / delegates of various<br />

Government departments, local bodies, private sectors etc. No compensation shall be<br />

paid to the contractor on this account.<br />

16.4 The work shall be carried out by the Contractor without causing damage to the<br />

existing Government property and / or private property. If any such damage are<br />

caused, the Contractor shall pay for restoration of the property to the original<br />

conditions, and any other consequent damages.<br />

16.5 In the event of the occurrence of an accident involving serious injuries or death of any<br />

person, at site of work or quarry or at any place in connection with the work the same<br />

shall be reported in writing within twenty four hours of the occurrence to the<br />

Engineer-in-charge and Commissioner of Workmen's compensation.<br />

Contractor No. of Corrections Executive Engineer


102<br />

Dy.E.E.<br />

16.6 The Contractor after completion of work shall clean the site of all debris and remove<br />

all unused materials other than those supplied by the department and all plant and<br />

machinery, equipment, tools etc. belonging to him within one month form the date of<br />

completion of the work, or otherwise the same will be removed by the department at<br />

his cost or disposed off as per departmental procedure. In case the material is<br />

disposed off by the department, the sale proceeds will be credited to the Contractor‟s<br />

account after deducting the cost of sale incurred. However, no claim of Contractor<br />

regarding the price or amount credited will entertained afterwards.<br />

16.7 All constructional plant, provided by the Contractor shall when brought on to the site<br />

be deemed to be exclusively intended for the construction and the contractor shall not<br />

remove the same or any part thereof (save for the purpose of moving it from one part<br />

of the site to another) without the consent in writing of the Engineer-in-charge who<br />

shall record the reasons for withholding the consent.<br />

17. RESTRICTIONS BECAUSE OF LOCAL TRAFFIC:<br />

As there is local traffic by the side of construction during construction for the bridge,<br />

the Contractor will have to take proper precautions such as proper barricading,<br />

fencing, lighting, information and cautionary boards for safe and smooth flow of<br />

traffic, and keeping the concerned authorities informed about the work in progress.<br />

18. COMPLETION CERTIFICATE :<br />

18.1 The work shall not be considered to have been completed in accordance with the<br />

terms of the contract until the Engineer-in-charge shall have certified in writing to that<br />

effect. No approval of material or workmanship or approval of part of work during<br />

the progress of execution shall bind the Engineer-in-charge or in any way prevent him<br />

from even rejecting the work which is claimed to be complete and to suspend the<br />

issue of his certificate of completion until such alteration and modifications or<br />

reconstruction have been effected at the cost of the Contractor as shall enable him to<br />

certify that the work has been completed to his satisfaction.<br />

18.2 After the work is completed the Contractor shall give notice of such completion to the<br />

Engineer-in-charge and within 30 days of receipt of such a notice the Engineer-incharge<br />

shall inspect the work and if there is no defect in the work shall furnish the<br />

Contractor with a certificate indicating the date of completion. However, if there are<br />

any defects which in the opinion of the Engineer-in-charge are rectifiable he shall<br />

inform the Contractor the defects noticed. The Contractor after rectification of such<br />

defects shall then inform the Engineer-in-charge and Engineer-in-charge on his part<br />

shall inspect the work and issue the necessary completion certificate within 30 days if<br />

, the defects are rectified to his satisfaction, and if not, he shall inform the Contractor<br />

indicating defects yet to be rectified. The time cycle as above, shall continue.<br />

Contractor No. of Corrections Executive Engineer


103<br />

Dy.E.E.<br />

18.3 In case defects noticed by the Engineer-in-charge which in his opinion are not<br />

rectifiable but otherwise work is acceptable at reduced payment, work shall be treated<br />

as completed. In such cases completion certificate shall be issued by the Engineer-incharge<br />

within 30 days indicating the un-rectifiable defects for which reduction in<br />

payment is being made by him.<br />

18.4 The issued of completion certificate shall not be linked up with the site clearance on<br />

completion of the work.<br />

18.5 Should regular public traffic be allowed on the bridge at any stage prior to its being<br />

taken over then the maintenance period shall be deemed to commence from the date<br />

of such traffic passing over the bridge and shall be upto 30 days after the date of issue<br />

of completion certificate, by Engineer-in-charge but not more than 12 months after<br />

opening to traffic.<br />

19. ANCILLARY WORK :<br />

The Contractor shall submit to Engineer-in-charge in writing the details of all<br />

ancillary works including layout and specifications to be followed for its construction.<br />

Ancillary work shall not be taken up in hand unless approved by Engineer-in-charge .<br />

The Engineer-in-charge reserves the right to suggest modifications or make complete<br />

changes in the layout and specifications proposed by the Contractor at any stage to<br />

ensure the safety on the work site. The Contractor shall carry out all such<br />

modifications to the ancillary works at his own expenses as ordered by Engineer-incharge<br />

.<br />

20 SPECIAL CONDITIONS:<br />

20.1 The Contractor should ensure that all safety precautions are observed by their<br />

laboures, working closed to the State Highway and while closing the State Highway<br />

precautions are taken including insurance etc., for their labour at the cost of the<br />

contractor and the contractor will bear all the expenses, compensation etc. if any<br />

accident occurs to the labour etc. No claim in this regard on whatsoever account shall<br />

be entertained and this decision of the Department will be final and conclusive.<br />

20.2 The Contractor shall observe the rules and regulation imposed by traffic police for<br />

smooth flow of traffic on the diversion road and shall not be entitled for claims any<br />

compensation arising thereof.<br />

20.3 In case of delay in handing over the land required for the work, due to unforeseen<br />

cause, the Contractor shall not be entitled for any compensation what-so-ever form<br />

the Government on ground that the machinery or labour was idle for certain period.<br />

Contractor may, however apply for extension of time limit which may be granted on<br />

the merit of the case.<br />

Contractor No. of Corrections Executive Engineer


104<br />

Dy.E.E.<br />

21. FOLLOWING ARE THE MODIFICATIONS/AMENDMENTS/ADDITIONS<br />

TO THE SPECIFICATIONS FOR ROAD AND BRIDGE WORKS:<br />

1) Cement to be used for works, shall be any of the following with the prior approval of<br />

engineer.<br />

a) Ordinary Portland cement confirming to IS : 269.<br />

b) High strength ordinary Portland cement confirming to IS : 8112.<br />

As far as possible, cement used in the manufacture of exposed surface of concrete of<br />

any element of a structure shall be from the same factory.<br />

Independent testing of cement used shall be done by the Contractor at site and in the<br />

laboratory approved by the Engineer before use. Any cement with lower quality than<br />

those shown in manufacture's certificate shall be debarred from use.<br />

In case of finely ground cement or imported cement, the Engineer may direct the<br />

Contractor to satisfy him as to the acceptability of such cement, especially with regard<br />

to creep and shrinkage effect.<br />

Any consignment or part of a consignment of cement which has deteriorated in any<br />

way, or specification shall not be used in the works and shall be removed from the site<br />

by the Contractor without charge to the Employer.<br />

Cement shall be transported, handled and stored on the site in such a manner as to<br />

avoid deterioration contamination. Each consignment shall be stored separately so<br />

that it may be readily identified and inspected and cement shall be used in the<br />

sequence in which it is delivered at site.<br />

The Contractor shall prepare and maintain proper records on site in respect of the<br />

delivery, handling, storage and use of cement and these records shall be available for<br />

inspection by the Engineer at all times.<br />

22. REJECTION OF MATERIALS NOT CONFORMING TO SPECIFICATIONS:<br />

Any stock or batch of material(s) of which sample(s) does not conform to the<br />

prescribed test and quality, shall be rejected by the Engineer or his representative and<br />

such materials shall be removed from site by the Contractor at his own cost. Such<br />

rejected materials shall not be made acceptable by any modifications.<br />

Materials not corresponding in character and Quality with approved samples will be<br />

rejected by the Engineer or his representative and shall be removed from site at the<br />

Contractor‟s own cost.<br />

23. HOT MIXED AND HOT LAID BITUMINOUS CONSTRUCTION:<br />

a) Job mix formula satisfying specification requirement should be worked out based on<br />

laboratory test and got approved by the Engineer . Engineer will have independent<br />

test made before appearing the job mix formula.<br />

b) The plant should be checked for capability to produce mix conforming to the<br />

specification. If necessary, trial stretches should be laid and checked approximately.<br />

Contractor No. of Corrections Executive Engineer


105<br />

Dy.E.E.<br />

c) Control should be exercised on temperature of binder in the boiler, aggregate in the<br />

dryer and mix at the time of laying and rolling.<br />

d) The mix collected from the discharge point of the plant, extraction test for binder<br />

content and aggregate gradation should be performed to check the quality of mix<br />

discharged from the plant.<br />

e) Thickness and density of the compacted mix should be checked by taking core<br />

samples.<br />

23.1 Each Truck/Tipper load of bituminous load shall be weighed on a standard weigh<br />

bridge.<br />

Weigh Bridge of 20 tonnes capacity or more shall be provided at plant site by the<br />

Contractor at his own cost and it should be checked for the calibration by the<br />

Engineer-in-charge and weights and measures authorities in the district.<br />

The record of weight of bituminous load thus obtained shall be kept in measurement<br />

book. The weightment of the bituminous load shall be done by the Contractor at his<br />

expense in the presence of authorized representative of the Executive Engineer . The<br />

quantity of mix (weight basis) physically arrived at site shall be tallied with the<br />

quantity arrived at by volumetric measurement.<br />

The register showing dispatch of bituminous load from plant, vehicle No. time of<br />

dispatch, temperature at the time of dispatch etc. shall be kept in prescribed form<br />

(Ref. Page No.118) at hot mix plant site. Similarly the register showing vehicle<br />

number, time of arrival of vehicle at site, weight of vehicle with bituminous load,<br />

temperature of the mix at site etc. shall be kept by the Department, in the presence of<br />

Contractor or his authorized representative (if he or his authorized representative is<br />

present at the site at that time) Both the registers shall be filled daily and Contractor<br />

shall sign the register every day in token of acceptance of the contents in register the<br />

record maintained in the form of the register. The record maintain in the form of the<br />

register shall ensure quantity of the materials only. The maintenance of these registers<br />

does not absolve the Contractor of his contractual obligation towards quality of the<br />

work.<br />

23.2 Contractor and Engineer-in-charge shall maintain the details of mix in the prescribed<br />

proforma on Page No. 118.<br />

23.3 Location of Hot Mix Drum Mix plant should be such that maximum time taken for<br />

transporting bituminous mix from plant to the farthest point of site to paver does not<br />

exceed 60 minutes, and maintain the temperature.<br />

23.4 Failure to satisfy the condition 23.3 shall disqualify the contractor and further action<br />

as deem fit shall be taken by the Department.<br />

Contractor No. of Corrections Executive Engineer


106<br />

Dy.E.E.<br />

24. INSPECTION OF OPERATIONS :<br />

The Engineer and any person authorized by him shall at all times have access to the<br />

works and to all workshops and places (including required documents) where work is<br />

being prepared or from where materials, manufactured articles or machinery are being<br />

obtained for the works and the Contractor shall afford every facility for & every<br />

assistance in or in obtaining the right to such access.<br />

25. FIELD LABORATORY :<br />

The Contractor shall arrange to provide a well furnished and fully equipped field<br />

laboratory which shall be manned by adequately qualified technical staff. The<br />

laboratory shall preferably be located adjacent to the site and shall be provided with<br />

amenities like water supply, electric supply, toilet block etc. The laboratory<br />

equipment shall conform to clause 121.3 of M.O.R.T. & H Specifications of roads and<br />

bridges. The list of equipment is enclosed on Page 119. This shall be considered as<br />

incidental to work and no separate payment whatsoever will be made for the same.<br />

26. SUPPLY OF COLOURED RECORD PHOTOGRAPHS AND ALBUMS:<br />

The Contractor shall arrange to take dated post card size coloured photographs at the<br />

rate of 10 photographs per kilometers for road work and for bridge at various<br />

stages/facts of the work including interesting and novel features of the work as<br />

desired by the Engineer-in-charge and supply them in five copies each in separate<br />

albums of appropriate size. He shall also arrange for the Video Filming of important<br />

activities of the work during the currency of the contract and edit it to a video film of<br />

60 to 180 minutes playing time.<br />

It shall contain narration of the various activities in English/Marathi by a competent<br />

narrator. The cassette shall be of acceptable quality and the film shall be capable of<br />

producing color pictures. This shall be considered as incidental to the work and no<br />

additional payment whatsoever will be made for the same.<br />

27. SUPPLY OF SAFETY JACKETS TO LABOURERS/SUPERVISORS/ENGINEER<br />

As a safety measure during the execution of work all labours, construction and<br />

supervisory staff shall be provided with an orange colour jacket in flouroscent blue so<br />

as to make them starkly visible from a distance even during evening hours.<br />

Contractor No. of Corrections Executive Engineer


107<br />

Dy.E.E.<br />

28. APPROVAL OF CONSTRUCTION MATERIALS AND CONSTRUCTION<br />

ACTIVITIES:<br />

Approval of all materials for the work shall be obtained in writing from Engineer-incharge<br />

or his representative before its use in the Project.<br />

Before taking up of any construction activity the construction work done earlier shall<br />

be got approved in writing. Any failure on this account may result in the work for<br />

which the Contractor will be solely responsible.<br />

Materials and mix design, etc. shall be got approved in writing atleast 15 days in<br />

advance of the corresponding activity. The testing charges shall be borne by the<br />

Contractor.<br />

Besides the prescribed tests and frequencies any other test of tests over the prescribed<br />

frequency shall also be carried out by the Contractor at his own cost if so directed by<br />

Engineer-in-charge or his authorised representative.<br />

29. Contractor shall conduct roughness index test as specified and without any cost to<br />

Government before starting of bituminous work and after completion of Bituminous<br />

work as a measure to check the improvement in riding quality of the road.<br />

30 The Contractor at his own cost shall provide and fix informatory Boards (Total 2 Nos.)<br />

at either end of project each on the left side of the traffic direction and facing the traffic<br />

without causing any hindrance to traffic. Details of the board shall be as directed by<br />

the Engineer in charge. The board shall be size 1.80 metre vertical x 1.6 metre<br />

horizontal. The back ground of the board will be in traffic yellow colour with lettering<br />

in black colour. The information should be displayed in Marathi, Hindi and English<br />

languages. The lettering should be proportionate. The board shall be maintained<br />

properly at the cost of contractor till expiry of defect liability period of the work.<br />

31. The contractor carryout independently necessary tests as per clause 903, Table 900-4<br />

of M.O.R.T. & H specifications for road and bridge works fourth revision 2001 to<br />

ensure that modified bitumen used meets requirements laid down in I.R.C. SP.53-2002<br />

at his own cost.<br />

Contractor No. of Corrections Executive Engineer


108<br />

Dy.E.E.<br />

32. Quality Control Tests :- The contractor shall be at his own cost set up laboratory at<br />

site of work to carryout the routine test of materials which are to be used on the work.<br />

The site laboratory shall be approved and certified by the Engineer-in-charge. The<br />

quality control tests of material to be carried out are mentioned in Annexure-A page<br />

No.175 to 176. The frequency of testing of construction materials is mentioned in<br />

Annexure-B on page No.177 to 178 out of the test materials Annexure-A 70% tests<br />

shall be carried out in the site laboratory and 30% tests shall be carried out in<br />

Vigilance and Quality Control Laboratory of Department at the cost of contractor. At<br />

least 50% tests materials shall be carried out in Vigilance and Quality Control<br />

Laboratory of department which are not included in Annexure 'A', at the cost of<br />

contractor.<br />

33. SETTING OUT :-<br />

SETTING OUT FOR BRIDGE WORK :-<br />

33.1 Immediately on receipt on receipt of the work order, the contractor shall at his own<br />

expense clean the site and take up a provisional and final setting out and lining out of the<br />

work under the supervision of his responsible representative and shall provide necessary<br />

material, labour, tools, instruments etc. required for the same.<br />

One tentative abutment location will be indicated by Engineer in charge and the<br />

center line of the bridge shall be defined by him. The contractor will then have to fix up the<br />

location of the other abutment. The abutment location will then be verified by the<br />

Department and shall be adjusted if necessary. Once the final location of the abutments is so<br />

finalized, it will be the contractor‟s responsibility to line out and locate the remaining<br />

foundations of piers.<br />

The contractor shall be responsible for true and proper setting out of the works and for<br />

the correctness of the positions, level dimensions and arrangements of all parts of works and<br />

for providing all necessary instruments appliances and labour in connection therewith at his<br />

own cost officers may assist the contractor in proper setting out. Government instruments<br />

may be allowed to be used for setting out of work for which no cost shall be recovered from<br />

the contractor .<br />

If at any time during the progress of work, any errors arise in regard to levels or<br />

dimensions or alignment of any part of work, rectification thereof, on being required to do so,<br />

will be carried out by the contractor at his own cost, unless such errors are based on incorrect<br />

data, supplied in writing, by the Engineer or his authorized representative in which case the<br />

expenses of the rectification shall be refunded by Government.<br />

Contractor No. of Corrections Executive Engineer


109<br />

Dy.E.E.<br />

33.2 RESPONSIBILITIES FOR LEVEL AND ALIGNMENT :-<br />

The contractor shall be entirely and exclusively responsible for the horizontal and<br />

vertical alignment the levels and correctness of every part of the work and shall rectify<br />

effectually any errors or imperfections therein, such rectifications shall be carried out by the<br />

contractor, at his own cost, when instructions are issued to that effect by the Engineer in<br />

charge.<br />

34. LEVELING INSTRUMENTS :-<br />

If measurements of items of the work are based on volumetric measurements<br />

calculated from levels taken before and after the construction of the item, a large number of<br />

leveling staves, tapes etc. will have to kept available by the contractor at the site of the work<br />

for this purpose. Lack of the such leveling staves, tapes etc. in required numbers may case<br />

delay in measurements and the work. The contractor will have therefore to keep sufficient<br />

numbers of these instruments readily available at site and in good working condition.<br />

35. CHANGE IN CEMENT CONTENTS ETC. :-<br />

The tendered rates are including to the necessary cement content required for the<br />

achievements of desired strength and no extra claim can be made on account of increase in<br />

cement content over the specification. Likewise if any additives, compounds water proofing<br />

materials etc. are ordered by the Engineer to be added to the mortar or concrete, no extra<br />

rates shall be payable for this change which will be carried out as per directions of the<br />

Engineer in charge.<br />

36. CEMENT CONCRETE :-<br />

(a) The contractor shall carry out all preliminary tests to work out grading and<br />

proportioning aggregates in order to obtain and maintain uniform quality of work. The<br />

contractor shall supply all materials, labour and testing cost for preparing and testing<br />

samples as required by the Engineer. Unless otherwise specified in the detailed item<br />

wise specifications 6 cubes 15 cms. in size will be tested for every 15 cubic metre of<br />

ordinary grade concrete or minimum 6 cubes per day whichever is higher. The<br />

contractor shall make field arrangements for slump test, density and bulkage testing<br />

and also prepare concrete cube 15 cms. in size for testing compressive strength at his<br />

own cost. The cubes shall be got tested at approved laboratory and the test results<br />

shall not fall below those prescribed in P.W.D. Hand Book. (table CVP.412) or as laid<br />

down in the specifications. The cost of such concrete for cubes shall be entirely borne<br />

by the contractor.<br />

Contractor No. of Corrections Executive Engineer


110<br />

Dy.E.E.<br />

(b)<br />

All concrete shall be controlled concrete and machine mixed, unless otherwise<br />

directed by the Engineer in charge. For controlled or High grade concrete, the<br />

grading of aggregates shall be got approved from the Engineer, by weight.<br />

The correct proportion and the total amount of water for the mix will be determined<br />

by means of preliminary tests and shall be got approved by the Engineer. However, such<br />

approval does not relieve the contractor from his responsibility regarding the minimum works<br />

strength requirements work test shall be taken in accordance with relevant codes and<br />

specifications. The proportioning of aggregates shall be done by weight if so ordered by the<br />

Engineer in charge.<br />

(c)<br />

All mixing shall be done by mechanical means in approved mixers. The Engineer<br />

may at his discretion allow in writing hand mixing of concrete for minor items where small<br />

quantities are involved but in that case the contractor shall increase the cement content of the<br />

mixture by 10% without any extra cost.<br />

(d)<br />

The form work used shall be made preferable of steel or with lining of steel. Wooden<br />

shutters may be allowed at the discretion of the Engineer e.g. lintels, small slabs and beams,<br />

coping etc.<br />

(e)<br />

The concrete shall be mechanically vibrated for proper compaction by the method<br />

approved by the Engineer in charge.<br />

(f)<br />

in charge.<br />

The concrete shall be cured only by a sweet potable water as directed by the Engineer<br />

37. REINFORCED CONCRETE WORK :-<br />

A) The work included in this contract shall be carried out in addition to this specification<br />

detailed herein, in accordance with specifications and regulations as laid down in the<br />

following standard specifications.<br />

1. Standard specifications published by Government of Maharashtra 1979 Edition.<br />

2. I.S. 12269 - Specifications for 53 grade ordinary Portland cement.<br />

3. I.S. 8112 :- 1989 Specifications for 43 grade ordinary Portland cement.<br />

4. I.S. 383 :- 1976 Specifications for course and fine aggregate from natural<br />

courses for concrete.<br />

5. I.S. 1986 :- 1985 Specifications for cold twisted bars.<br />

6. I.S. 432 :- 1982 Specification for mild steel and medium steel bars.<br />

Contractor No. of Corrections Executive Engineer


111<br />

Dy.E.E.<br />

7. I.S. 456 :- 2000 Code of practice for plain and reinforced concrete.<br />

8. M.O.R.T. & H :- Specification of Road and Bridge works (4 th Revision) 2001<br />

If the standard specifications quoted above fall short for items quoted in these<br />

schedule of this contract reference shall be made to the latest British Standard Specifications.<br />

If any of the items of contract do not fall in reference quoted above, the decision and<br />

specifications of the Engineer shall be final.<br />

38. ADDITIONAL GENERAL SPECIFICATION FOR ORDINARY AND HIGH<br />

GRADE CONCRETE :-<br />

1. If the concrete strength falls below that specified for the items and if the use can be<br />

permitted under clauses 303.3.7 of the I.R.C. Bridge Code Section –III given below, the unit<br />

(bridge component) may be accepted at the discretion of the Superintending Engineer<br />

determined by the Executive Engineer concerned according to circumstances of the case and<br />

the concerned Superintending Engineer‟s approval to the reduced rate as mentioned above is<br />

necessary.<br />

“Standard specification and code of practice for Road Bridges Section III Cement<br />

concrete 303.3.7 standard of acceptance.<br />

i) Full payment should be made when 75% of the test cube results are equal and<br />

above specified strength and remaining 25% of the results are above 75% of the<br />

specified strength. Cases falling outside the above limits should be examined and<br />

decided by the Engineer in charge on merits of each case.<br />

ii)<br />

The test specimen should be formed by representative of the contractor in presence of<br />

a responsible officer of the rank of not lower than an Assistant Engineer / Deputy Engineer.<br />

iii)<br />

The test specimen should be formed carefully and no claim shall be entertained later<br />

on the ground that the result of the test specimen did not give correct indication of the actual<br />

quality of concrete.<br />

iv)<br />

The cement content shall be as per actual requirement of mix design.<br />

v) Payment :- a) The payment of such concrete work will not be made till the strength<br />

are ascertained.<br />

vi)<br />

The payment of reinforcement of such affected items will not be made till the<br />

strengths of the concrete are ascertained.<br />

Contractor No. of Corrections Executive Engineer


112<br />

Dy.E.E.<br />

39. FORMWORK AND STAGING FOR BRIDGE STRUCTURES :-<br />

(a) For bridge structure, forms for concrete shall be constructed of mild steel plates or<br />

marine plywood and be of substantial and rigid construction true to shape and dimensions<br />

shown on the drawings. Where metal forms are used, all bolts and rivets shall be counter sunk<br />

and well ground to provide in smooth plane surface.<br />

(b) Forms shall be mortar tight and shall be sufficiently rigid by the use of ties and<br />

bracing to prevent any displacement or sagging between supports. They shall be strong<br />

enough to withstand all pressure, ramming, and vibration, without deflection from the<br />

prescribed lines occurring during and after placing the concrete and shall be tight enough to<br />

prevent any appreciable loss of concrete during vibration. Screw jacks or hard wood wedges<br />

where required shall be provided to make up any settlement in the formwork before or during<br />

the placing of concrete.<br />

(c) Scheduled camber shall be provided in horizontal members of structures, specially in<br />

long spans to counteract the effects of any deflection. The formwork shall be so fixed as to<br />

provide for such camber, if required.<br />

(d)<br />

Forms shall be so constructed as to be removed in sections in the desired sequence,<br />

without damaging the surface of concrete or disturbing other sections.<br />

(e)<br />

Number of sets of Staging and Shuttering equipments (details attached)<br />

( FOR BRIDGE WORK ONLY)<br />

In order to ensure completion of bridge within the stipulated period the contractor shall have<br />

to arrange a minimum number of sets of staging and shuttering as well as equipments the<br />

required size for different components as stipulated hereunder.<br />

i) For foundation (a) Staging and Shuttering _____2____ sets.<br />

(b) Equipment<br />

_____2____ sets.<br />

ii) For sub structure & other items.<br />

(a) Staging and Shuttering _____2____ sets.<br />

(b) Equipment<br />

_____2____ sets.<br />

iii) For superstructure<br />

(a) Staging and Shuttering _____2____ sets.<br />

(b) Equipment<br />

_____2____ sets.<br />

Contractor No. of Corrections Executive Engineer


113<br />

Dy.E.E.<br />

(f)<br />

Forms shall be constructed so as to be removable in sections in the desired sequence<br />

without damaging the surface of concrete of disturbing other sections.<br />

(g) The contractor shall submit the design for centering well before in advance for<br />

concrete work. No work of centering shall be done without approval of the competent<br />

authority.<br />

The contractor shall execute the formwork / shuttering as per sanctioned design. The<br />

shuttering shall be approved by the competent authority before starting of concrete work.<br />

40. R.C.C. Pipes :- The contractor shall purchase the R.C.C. pipes of required categories<br />

from MSSIDC/ small industries and necessary documentary evidence for purchase of<br />

pipes shall be produced to the Engineer-in-charge during the execution of work.<br />

41. CONDITION RELATING TO INSURANCE OF CONTRACT WORK.<br />

Contractor shall take out necessary Insurance Policy/ (viz. Contractors All<br />

Risks Insurance Policy, Erection All Risks Insurance Policy etc. as decided by the<br />

Directorate of Insurance) so as to provide adequate insurance cover for execution of<br />

the awarded contract work for total contract value and complete contract period<br />

compulsorily from the “Directorate of Insurance, Maharashtra State, Mumbai only its<br />

postal address for Correspondence is “264, MHADA, First Floor, Opp. Kalanagar,<br />

Bandra (East) Mumbai – 400051” ( Telephone Nos. 26590403/26590690 and Fax<br />

No. 26592461/26590403) Similarly, all workmen‟s appointed to complete the<br />

contract work are required to insure under workmen‟s compensation insurance<br />

policy. Insurance policy/policies taken out from any other Company will not be<br />

accepted. If any contractor has effected Insurance with any insurance company the<br />

same will not be accepted and the amount of premium calculated by the Government<br />

Insurance Fund will be recovered directly from the amount payable to the Contractor<br />

for the executed contract work and paid to the Directorate of Insurance Fund,<br />

Maharashtra State, Mumbai, The Director of Insurance reserves the right to distribute<br />

the risks of insurance among the other insurers.<br />

Contractor No. of Corrections Executive Engineer


114<br />

Dy.E.E.<br />

42. ÉɺÉxÉ =tÉäMÉ,=VÉÉÇ ´É EòɨÉMÉÉ®ú ʴɦÉÉMÉ {ÉjÉ Gò¨ÉÉÆEò ¤ÉÒºÉÒB/


115<br />

Dy.E.E.<br />

REINFORCEMENT<br />

1. All reinforcement shall be T.M.T. steel bars (Grade Designation Fe 500) conforming<br />

to IS:1786<br />

EARTH FILL/EMBANKMENT :<br />

1. Back filling material should conform to Cl 305.2 of MORT&H Specifications Fourth<br />

Revision 2002 and IRC:78-2000 Appendix 6.<br />

2. Back filling behind abutment wall shall be done after construction of the abutment.<br />

WATER<br />

1. Water to be used in concreting and curing shall be conforming to clause 302.4 of<br />

IRC:21-2000.<br />

WORKMANSHIP/DETAILING<br />

1. Minimum clear cover to any reinforcement shall be 75 mm. for raft & cut off walls<br />

and 50mm for other components.<br />

2. Construction joints :<br />

I. The Location and Provision of construction joints shall be approved by Engineer in<br />

charge.<br />

II. The concrete surface at the joints shall be brushed with stiff brush after casting while<br />

the concrete is still fresh and it has only slightly hardened.<br />

III. Before new concrete is poured. The surface of old concrete shall be prepared us<br />

under:<br />

(a) For hardened concrete the surface shall be thoroughly cleaned. The surface shall be<br />

thoroughly cleaned to remove debris/laitance and made rough so that 1/4 of the size of<br />

the aggregate is exposed.<br />

(b) For old surface shall be soaked with water without leaving puddles immediately<br />

before starting concreting to prevent the absorption of water from new concrete.<br />

IV. new concrete shall be thoroughly compacted in Region of the joint.<br />

3. Welding of Reinforcement bars shall be permitted.<br />

4. Laps in Reinforcement:<br />

I. Minimum lap length of reinforcement shall be decided as per the reinforcement<br />

arrangement based on the clause - 304.6.6.2 of I.R.C. :21-2000.<br />

II. Not more than 25% of reinforcement shall be lapped at any one location laps shall be<br />

suitably staggered.<br />

Contractor No. of Corrections Executive Engineer


116<br />

Dy.E.E.<br />

5. Bending of reinforcement bars shall be as per IS:2502.<br />

6. Supporting chairs of 12mm diameter shall be provided at suitable intervals as per<br />

IS:2502.<br />

7. Concrete shall be produced in a mechanical mixed of capacity not less than 200 litres.<br />

Having integral weight - batching facility and preferably having automatic water<br />

measuring and dispensing Device.<br />

8. Proper compaction of concrete shall be ensured by use of appropriate type of<br />

vibrators.<br />

9. Properly Braced steel plates shall be used as shuttering.<br />

10. Sharp edges of concrete shall be chamfered.<br />

11. Filter media should be provided in accordance to clause 250.2.2 of MORT&H<br />

specifications (Fourth Rev.2002).<br />

Contractor No. of Corrections Executive Engineer


117<br />

Dy.E.E.<br />

Calculations to compute the quantity of cement which should have used and that actually<br />

used during the month on various items.<br />

1<br />

2<br />

3<br />

4<br />

5<br />

6<br />

7<br />

8<br />

ABSTRACT FOR THE MONTH ENDING<br />

FOR THE MONTH OF _______________ 200 .<br />

Sr.<br />

No.<br />

NAME<br />

OF THE<br />

ITEM<br />

APPROXIMATE<br />

QUANTITY OF<br />

WORK DONE.<br />

QTY. OF CEMENT<br />

(IN BAGS)<br />

WHICH IS<br />

REQUIRED TO BE<br />

USED.<br />

TOTAL<br />

QTY.<br />

OF<br />

CEMENT<br />

WHICH<br />

SHOULD<br />

HAVE<br />

BEEN<br />

USED IN<br />

BAGS.<br />

QTY. OF<br />

CEMENT<br />

WHICH<br />

WAS<br />

ACTUALLY<br />

USED IN<br />

BAGS<br />

QTY. UNIT QTY. IN PER<br />

BAGS<br />

1. 2. 3. 4. 5. 6. 7. 8.<br />

-- SAMPLE FORM --<br />

___________________________________________________________________________<br />

Contractor No. of Corrections Executive Engineer


Dy.E.E.<br />

118<br />

PROFORMA<br />

MIX TRANSPORTATION DETAILS<br />

NAME OF WORK : DIVISION :<br />

NAME OF AGENCY : SUB-DIVISION :<br />

NAME OF ENGINEER-IN-CHARGE :<br />

Sr.<br />

No.<br />

Date<br />

Registe<br />

red<br />

Number<br />

Of<br />

Tipper<br />

Weight of Mix<br />

Time<br />

To<br />

leave<br />

the<br />

Plant<br />

Time<br />

To<br />

reach<br />

the<br />

paver<br />

Time<br />

taken<br />

in<br />

Minutes.<br />

Temperature<br />

Remarks<br />

Wt.<br />

Of<br />

loaded<br />

Tipper<br />

Wt. of<br />

empty<br />

Tipper<br />

Wt.<br />

of<br />

Mix<br />

(4-5)<br />

Mix<br />

@<br />

Plant<br />

Mix<br />

@<br />

Paver<br />

1 2 3 4 5 6 7 8 9 10 11 12<br />

NOTE : This information is to be kept upto date as per Tender condition No. 23.2<br />

Contractor No. of Corrections Executive Engineer


119<br />

Dy.E.E.<br />

LIST OF APPARATUS REQUIRED FOR ROAD WORK<br />

INCLUDING HOT MIX WORKS<br />

(Whichever is applicable)<br />

Sr. Name of Apparatus Nos. (Min)<br />

Required<br />

1 IS sieves 45 cm dia. G.I. Frame with lid and pan (40mm, 20mm, 10mm,<br />

4.75mm)<br />

1 set<br />

2<br />

Pan balance 15 kg. capacity with set of weights. 1 Nos.<br />

3<br />

Impact test equipment. 1 Nos.<br />

4<br />

Flakiness Index gauge 1 Nos.<br />

5<br />

Slump cone and tamping rod-mould. 1 Nos.<br />

Concrete cube moulds<br />

i) 15 x 15 x 15 cm<br />

12 Nos.<br />

ii) 7.07 x 7.07 x 7.07 cm.<br />

12 Nos.<br />

6<br />

7<br />

Measuring cylinders (1000ml, 500ml, 250ml, 100ml) 4 Nos.<br />

8<br />

Test trays. 3 Nos.<br />

9<br />

Steel tape 1 Nos.<br />

10<br />

Compression Testing Machine 1 Nos.<br />

11<br />

Thermometers 12 Nos.<br />

Set of IS sieves (45cm dia. G.I. frame 125mm, 100mm, 90mm, 80mm, 63mm,<br />

60mm, 50mm, 45mm, 40mm, 37.5mm, 26.5mm, 25mm, 22.4mm, 20mm, 19mm,<br />

1 set<br />

(23 Nos.)<br />

12<br />

13.5mm, 11.2mm, 6.3mm, 6 mm, 5.6mm, and 4.75mm Lid and Pan (course<br />

sieves)<br />

13<br />

IS sieves, 20cm, dia brass frame 2.8mm, 2.36mm, 1.18mm, 7.10mic, 600mic,<br />

425mic, 356mic, 300mic, 180mic, 150mic, 75mic, with lid and pan.<br />

1 set<br />

14 Pan balance 15 kg. capacity with set of weights. 1 No.<br />

15 C.B.R. moulds. 9 Nos.<br />

16 Field density. (Sand replacement method) 2 Nos.<br />

17 Field density core cutter method. 2 Nos.<br />

18 L.L. PI equipment 1 No.<br />

19 Impact test equipment 1 No.<br />

20 Flakiness Index 2 Nos.<br />

Marshal stability test (Apparatus complete test with all accessories etc operated i)<br />

21<br />

Providing Ring 5 ton and Ring 2 Ton capacity. Ii) Dial gauges iii) Pedestal iv)<br />

Rammer v) moulds with collar and base plate.<br />

1No. each<br />

22 Extraction test Apparatus for bitumen (Hand operated). 1 No.<br />

23 Filter paper (per box). 150<br />

24 Benzene. 20 ltrs..<br />

25 Spring balance 50 kg. 1 No..<br />

26 Moisture boxes 30 Nos.<br />

27 Filed oven. 1 No.<br />

28 Sand (standard). 75 Kg.<br />

29 Set of Buckets for Bulk density 30 ltrs. 15 ltrs and 3 litrs.. 3 Nos.<br />

30 Riffle Box (Sample, dividing Box). 1 No.<br />

31 Electronic Balance 2000 gms.. 1 No.<br />

Contractor No. of Corrections Executive Engineer


120<br />

Dy.E.E.<br />

BLANK PAGE<br />

Contractor No. of Corrections Executive Engineer


121<br />

Dy.E.E.<br />

QUALITY ASSURANCE AND MAINTENANCE<br />

To ensure the specified quality of work which will also include necessary surveys,<br />

temporary works etc., the contractor shall prepare a quality assurance plan and get the same<br />

approved from the Engineer in charge within eight days from the date of work order. For<br />

this, contractor shall submit an organization chart of his technical personnel to be deployed<br />

on the work along with their qualification, job descriptions defining the functions of<br />

reporting, supervising inspecting and approving. The contractor shall also submit a list of<br />

tools, equipment‟s and the machinery and instrumentation which he proposes to use for the<br />

construction and for testing in the field and/or in the laboratory and monitoring. The<br />

contractor shall modify/supplement the organization chart and the list of machinery,<br />

equipment etc. as per the direction of the Superintending Engineer and shall deploy the<br />

personnel and equipment on the field as per the approved chart and list respectively. The<br />

contractor shall submit written method statements detailing his exact proposals of execution<br />

of the work in accordance with the specifications. He will have to get these approved from<br />

the Engineer in charge. The quality of the work shall be properly documented through<br />

certificate, records, check-lists and logbooks of results etc. Such records shall be complied<br />

from the beginning of the work and be continuously updated and supplemented and this will<br />

be the responsibility of the contractor. The forms should be got approved from the Executive<br />

Engineer-in-charge.<br />

The contractor shall prepare detailed completion drawing after completion of the work. He<br />

shall also prepare and submit a maintenance manual giving procedure for maintenance, with<br />

the period of maintenance works including inspections, tools and equipment to be used,<br />

means of accessibility for all parts of the structure. He shall also include in the manual, the<br />

specifications for maintenance work that would be appropriate for his design and technique<br />

of construction. This manual shall be submitted within the contract period.<br />

Contractor No. of Corrections Executive Engineer


122<br />

Dy.E.E.<br />

BLANK PAGE<br />

Contractor No. of Corrections Executive Engineer


123<br />

PRICE VARIATION CLAUSE<br />

Dy.E.E.<br />

If during the Operative Period of the Contract as defined in condition (i) below, there<br />

shall be any variation in the Consumer Price Index (New Series) for Industrial workers for Mumbai<br />

Centre as per the Labour Gazette published by the Commissioner of Labour, Government of<br />

Maharashtra and/or in the whole sale Price Index for all commodities prepared by the Office of<br />

Economic Advise, Ministry of Industry Government of India, or in the price of Petrol/Oil and<br />

lubricants and major construction materials like bitumen, cement, steel, various types of metal<br />

pipes etc., then subject to the other conditions mentioned below, price adjustment on account of<br />

1. Labour Component<br />

2. Material Component<br />

3. Petrol, Oil and Lubricants Component<br />

4. Bitumen Component<br />

5. HYSD,TMT, & Mild Steel Component<br />

6. Cement Component<br />

7. C.I. and D.I. Pipes Component<br />

Calculated as per the formula hereinafter appearing, shall be made, Apart from these, no<br />

other adjustment shall be made to the contract price for any reasons whatsoever, Component<br />

percentage as given below are as of the total cost of work put to tender. Total Labour, material &<br />

POL Components shall be 100 and other components shall be as per actual.<br />

1. Labour Component -K1 18%<br />

2. Material Component - K2 79%<br />

3. POL Component - K3 03%<br />

4. Bitumen Component Actual<br />

5. HYSD, TMT & Mild Steel Component Actual<br />

6. Cement Component Actual<br />

7. C.I. and D.I. Pipes Component Actual<br />

Note :- If cement, HYSD, TMT & Mild Steel, Bitumen, C.I. And D.I. Pipes are Supplied on<br />

Schedule "A" then respective component shall not be considered. Also particular component is not<br />

relevant same shall be deleted.<br />

(A) Formula for Labour Component :<br />

V 1 = 0.85 P X K 1 X L 1 -L 0<br />

100 L 0<br />

Where -<br />

V 1 =<br />

P =<br />

K 1 =<br />

L 0 =<br />

Amount of price variation in Rupees to be allowed for labour component.<br />

Cost of work done during the quarter under consideration minus the cost of Cement,<br />

HYSD & Mild Steel, Bitumen, C.I. And D.I. Pipes calculated at the basic star rates as<br />

applicable for the tender, consumed during the quarter under consideration.<br />

Kind of Material<br />

Star Rates<br />

1) Bitumen 60/70 Grade - Rs. 49,858/-MT.<br />

2) Cement - Rs. 6,400/-MT. DSR Rate<br />

3) T.M.T. Steel - Rs. 47,383/-MT. DSR Rate<br />

Percentage of Labour Component as indicated above.<br />

Basic Consumer Price Index for Mumbai centre shall be average consumer price index<br />

for the quarter preceding the month in which the last date prescribed for receipt of<br />

tender falls.<br />

L 1 = Average Consumer Price Index for Mumbai centre for the quarter under<br />

consideration.<br />

Contractor No. of Corrections Executive Engineer


124<br />

Dy.E.E.<br />

(B) Formula for Materials Component :<br />

V 2 = 0.85 P X K 2 X M 1 -M 0<br />

100 M 0<br />

Where -<br />

V 2 =<br />

P =<br />

K 2 =<br />

M 0 =<br />

M 1 =<br />

Amount of price variation in Rupees to be allowed for Materials component.<br />

Same as worked out for labour component.<br />

Percentage of Material Component as indicated above.<br />

Basic wholesale Price Index shall be average wholesale price index for the quarter preceding<br />

the month in which the last date prescribed for receipt of tender falls.<br />

Average wholesale Price Index during the quarter under consideration.<br />

(C) Formula for Petrol, Oil and Lubricant Component :<br />

V 3 = 0.85 P X K 3 X P 1 -P 0<br />

100 P 0<br />

Where -<br />

V 3 =<br />

P =<br />

K 3 =<br />

P 0 =<br />

P 1 =<br />

Amount of price variation in Rupees to be allowed for POL component.<br />

Same as worked out for labour component.<br />

Percentage of Petrol, Oil and Lubricant Component as indicated above.<br />

Basic Price of H.S.D. at Mumbai during the quarter preceding the month in which the last<br />

date prescribed for receipt of tender falls.<br />

Average Price of H.S.D. at Mumbai during the quarter under consideration.<br />

(D) Formula for Bitumen Component :<br />

Where -<br />

V 4 = QB ( B 1 - B 0 )<br />

V 4 =<br />

QB =<br />

B 1 =<br />

B 0 =<br />

Amount of price variation in Rupees to be allowed for Bitumen component.<br />

Quantity of Bitumen (Grade 30/40 & Grade 60/70) in metric tonnes used in the<br />

permanent works and approved enabling works during the quarter under consideration.<br />

Current, average ex-refinery price per metric tonne of Bitumen (Grade 30/40 & Grade<br />

60/70) under consideration including taxes (octroi, excise, sales tax) during the quarter<br />

under consideration.<br />

Basic rate of Bitumen in rupees per metric tonne as considered for working out value of<br />

P. or average ex-refinery price in rupees per metric ton including taxes (octroi, excise<br />

sales tax) of Bitumen for the grade of bitumen under consideration prevailing quarter<br />

preceding the month in which the last date prescribe for receipt of tender; falls,<br />

whichever is higher.<br />

Contractor No. of Corrections Executive Engineer


125<br />

Dy.E.E.<br />

(E) Formula for T.M.T./HYSD & Mild Steel Component :<br />

V 5 =<br />

Where-<br />

V 5 =<br />

S 0 =<br />

Sl 1 =<br />

Sl 0 =<br />

T =<br />

S 0 (Sl 1 - Sl 0 )<br />

Sl 0<br />

X<br />

T<br />

Amount of price variation in Rupees to be allowed for T.M.T./HYSD & Mild Steel<br />

component.<br />

Basic rate of T.M.T./HYSD and Mild Steel in rupees per metric tonne as considered<br />

for working out value of P<br />

Average Steel Index as per RBI Bulletin during the quarter under consideration.<br />

Average of Steel Index as per RBI Bulletin for the quarter preceding the month in<br />

which the last date prescribed for receipt of tender falls.<br />

Tonnage of T.M.T./HYSD & Mild steel used in the permanent works for the<br />

quarter under consideration.<br />

(F) Formula for cement Component :<br />

V 6 =<br />

Where-<br />

V 6 =<br />

C 0 =<br />

Cl 1 =<br />

Cl 0 =<br />

T =<br />

C 0 (Cl 1 - Cl 0 )<br />

Cl 0<br />

X<br />

T<br />

Amount of price escalation in Rupees to be allowed for cement component.<br />

Basic rate of cement in rupees per metric ton as considered for working out value of<br />

P<br />

Average cement Index published in the RBI Bulletin for the quarter under<br />

consideration.<br />

Average of Cement Index published in the RBI Bulletin for the quarter preceding<br />

the month in which the last date prescribed for receipt of tender falls.<br />

Tonnage of Cement used in the permanent works for the quarter under<br />

consideration.<br />

(G) Formula for C,I,/D.I. pipe Component :<br />

V 7 = Q d ( D 1 - D 0 )<br />

Where -<br />

V 7 = Amount of price escalation in Rupees to be allowed for C.I./D.I. pipe component.<br />

D 0 = Pig Iron basic price in rupees per tonne considered for working out value of P.<br />

D 1 =<br />

Q d =<br />

Average Pig iron price in rupees per tonne during the quarter under consideration.<br />

(Published by IISCO)<br />

Tonnage of C.I./D.I pipes used in the works during the quarter under consideration.<br />

Contractor No. of Corrections Executive Engineer


126<br />

Dy.E.E.<br />

The following conditions shall prevails<br />

:-<br />

i) The operative period of the Contract shall mean the period commencing from the date of<br />

the work order issued to the Contractor and ending on the date on which the time allowed<br />

for the completion of the works specified in the Contract for work expires, taking into<br />

consideration the extension of time, if any, for completion of the work granted by the<br />

Engineer, under the relevant clause of the Conditions of Contract in cases other than<br />

those where such extension is necessitated on account of default of the Contractor. The<br />

decision of the Engineer as regards the Operative Period of the contract shall be final and<br />

binding on the Contractor. Where any compensation for liquidated damages is levied on<br />

the Contractor on account of delay in completion or inadequate progress under the<br />

relevant Contract provisions, the price adjustment amount for the balance of work from<br />

the date of levy of such compensation shall be worked out by pegging the indices<br />

L 1 , M 1 , C 1 , P 1 , B 1 , Sl 1 , & Cl 1 to the levels corresponding to the date from which such<br />

compensation is levied.<br />

ii)<br />

The price variation shall be applicable to all contracts in B1/B2 & C from but shall not<br />

apply to piece works. The price variation shall be determined during each quarter as per<br />

formula given above in this clause.<br />

iii)<br />

The Price Variation under this Clause shall not be payable for the extra items required to<br />

be executed during the completion of the work and also on the excess quantities of items<br />

payable under the provisions of Clause 38/37 of the contract form B1 / B2 respectively.<br />

Since the rates payable for the extra items or the extra quantities under Clause 38/37 are<br />

to be fixed as per current DSR or as mutually agreed to yearly revision till completion of<br />

such work. In other words, when the completion/execution of extra items as well as extra<br />

quantities under Clause 38/37 of the contract form B1 / B2 extends beyond the operative<br />

date of the DSR then rates payable for the same beyond the date shall be revised with<br />

reference to the current DSR prevalent at that time on year to year basis or revised in<br />

accordance with mutual agreement thereon, as provided for in the Contract, whichever is<br />

less.<br />

iv)<br />

This clause is operative both ways, i.e. if the price variation as calculated above is on the<br />

plus side, payment on account of the price variation shall be allowed to the contractor<br />

and if it is on the negative side, the Government shall be entitled to recover the same<br />

from the Contractor and the amount shall be deductible from any amounts due and<br />

payable under the contract.<br />

v) To the extent that full compensation for any rise or fall in costs to the Contractor is not<br />

entirely covered by the provision of this or other clauses in the contract, the unit rate and<br />

prices included in the contract shall be deemed to include amounts to cover the<br />

contingency of such other actual rise or fall in costs.<br />

Contractor No. of Corrections Executive Engineer


127<br />

Dy.E.E.<br />

NAME OF WORK :- CONSTRUCTION OF MAJOR BRIDGE CONNECTING<br />

DAHIVALI TO SAWARDA RAILWAYSTATION ON KAPASHI RIVER ON VR-113<br />

AT KM. 0/950 IN TALUKA CHIPLUN DISTRICT RATNAGIRI. (UNDER NABARD<br />

RIDF-XVIII)<br />

SCHEDULE 'A'<br />

Schedule showing (approximately) the materials to be supplied from the P.W. Department<br />

Stores for Work contracted to be executed and preliminary and ancillary works and the rates<br />

at which they are to be charged for.<br />

Sr.No. Particulars Quantity Rate in Place of Delivery<br />

In figure In words<br />

N I L<br />

NOTE :-<br />

1) The other material like asphalt, cement, steel are to be supplied by the Contractor. The<br />

conditions of Schedule 'A' attached separately.<br />

Contractor No. of Corrections Executive Engineer


128<br />

Dy.E.E.<br />

BLANK PAGE<br />

Contractor No. of Corrections Executive Engineer


129<br />

Dy.E.E.<br />

ADDITIONAL CONDITIONS FOR MATERIALS<br />

(CEMENT , STEEL , BULK ASPHALT ETC. )<br />

BROUGHT BY CONTRACTOR<br />

1. All the materials such as cement , steel , Bulk asphalt etc. required for<br />

execution of work shall be brought by contractor at his own cost.<br />

2. The contractor shall maintain the record of these materials (cement , steel ,<br />

Bulk Asphalt) in the prescribed proforma and registers as directed by Engineer<br />

in charge. The sample of prescribed proforma is attached at the end (Page<br />

No.132 to 138). These registers shall be signed by both contractors and<br />

representative of Engineer in charge. These registers shall be made available<br />

for inspection, verification for the department as and when required. These<br />

registers shall be in the custody of department and shall be maintained by the<br />

department.<br />

The Contractor shall submit periodically as well as on completion of work, an<br />

account of all materials used by him on the work. In addition, a separate<br />

register shall be maintained on site for recording daily item wise asphalt,<br />

cement consumption and also item wise consumption of other materials.<br />

This shall be signed daily by Contractor or his representative and<br />

representative of Engineer-in-charge.<br />

3. The material required only for this work shall be kept in the godown at site. No<br />

materials shall be shifted outside of the godown except for the work for which<br />

this agreement is entered without prior approval of the Engineer-in-charge.<br />

4. The material cement , steel , bulk asphalt etc. brought on the work site shall be<br />

accompanied with necessary Company / manufacturing firm‟s test certificates.<br />

Contractor shall use Bulk/Packed bitumen obtained from any Government<br />

refinery only. It shall be compulsory on the part of contractor to submit<br />

schedule of arrival of bouzer in advance to the Engineer in charge.<br />

The contractor shall have to submit original purchase voucher duly supported<br />

by original delivery challan and exit gate pass. The bitumen brought by the<br />

contractor for the work will be open to check by the Engineer-in-charge or his<br />

representative at all times.<br />

The bitumen so procured will have to be tested as per the frequency prescribed<br />

by the department. The testing charges will have to be borne by the contractor.<br />

It will be compulsory on the part of contractor to establish the well equipment<br />

testing laboratory with experienced testing personnel for testing of grade of<br />

bitumen obtained at the plant from the Government refinery.<br />

Contractor No. of Corrections Executive Engineer


130<br />

Dy.E.E.<br />

If the test results are satisfactory, then and then only the material shall be<br />

allowed to be used on the work. If the test results are not as per standards, these<br />

materials shall be immediately removed from the work site at contractor‟s cost.<br />

In case of cement, if so requested by the contractor in writing, material will be<br />

allowed to be used before receipt of test results but this will be entirely at the<br />

risk and cost of the contractor.<br />

5. The contractor shall produce sufficient documentary evidence i.e. bill for the<br />

purchase, Octroi receipt etc. bill for the purchase of material brought on the<br />

work site at once if so requested by the department.<br />

6. All these material i.e. cement, steel bulk asphalt etc. shall be protected from<br />

any damages, rains etc. by the contractor at his own cost.<br />

7. The Contractor will have to erect temporary shed of approved specifications for<br />

storing of above materials at work site at contractors cost having double lock<br />

arrangements (By Double lock it is meant that godown shall always be locked<br />

by two locks, one lock being owned and operated by Contractor and other by<br />

Engineer-in-charge or his authorised representative and the door shall be<br />

openable only after both locks are opened.)<br />

8. If required, the weighment of bulk asphalt bouzers etc. brought by the<br />

contractor shall be carried out by the contractor at his own cost.<br />

9. The contractor shall not use cement and other material for the item to be<br />

executed outside the scope of this contract except for such ancillary small item<br />

as are connected and absolutely necessary for execution of this work as may be<br />

decided by the Engineer-in-charge.<br />

10. The Government shall not be responsible for the loss in bulk asphalt , cement ,<br />

steel etc. during transit to work site.<br />

The cement brought by the contractor at the work site shall mean 50 kg<br />

equivalent to 0.0347 cubic meters per bag by weight. The rate quoted should<br />

correspond to this method of reckoning. In case for ordinary / controlled<br />

concrete , if cement is short , the shortage / shortages will be made good by the<br />

contractor at his cost.<br />

11. INDEMNITY<br />

The condition regarding indemnity as defined on page No.94 at Sr.No.8.6. will<br />

apply mutatis mutandis in case of material brought by contractor at the site for<br />

the execution of the work being executed under this contract.<br />

12. In case the materials brought by the contractor become surplus owing to the<br />

change in the design of the work, the materials should be taken back by the<br />

contractor at his own cost after prior permission of Engineer-in-charge.<br />

Contractor No. of Corrections Executive Engineer


131<br />

Dy.E.E.<br />

12. All empty bags or empty asphalt drums shall be the property of contractor and<br />

the same shall be removed immediately after completion of work.<br />

13. The 60/70 grade bitumen use for bituminous work must be refinery produced.<br />

14. In order to ensure proper grade of bitumen that is to be used for bituminous<br />

work, following procedure shall be adopted.<br />

a) The schedule of arrival of bouzers and the procurement of bitumen obtained<br />

from the Government refinery shall be submitted by the contractor before<br />

preparation of the bitumen mix.<br />

b) The necessary instruments/machineries (with latest calibration) on plant/site for<br />

testing of materials shall be made available by the contractor.<br />

c) The original challan and delivery memo of the bitumen obtain the Government<br />

Refinery shall be submitted to the Engineer-in-charge and the same shall<br />

recorded in measurement book of that work.<br />

d) Engineer-in-charge shall collect the sample of the bitumen received from the<br />

Government refinery prior to unloading the plant, and shall verify the quality<br />

from the Government laboratory and the result obtain shall be recorded. If he is<br />

satisfied with the results than only he shall permit in writing to the contract to<br />

unload the bitumen in the presence of Engineer-in-charge or his authorized<br />

representative.<br />

e) The workwise register shall be maintained on the plant containing Bouzers<br />

Number, Challan Number, Delivery memo number. Net weight of the bitumen,<br />

grade of the bitumen and the name of the officer who conduct the test.<br />

Contractor No. of Corrections Executive Engineer


132<br />

Dy.E.E.<br />

{ÉÖ ÆVÉÒiÉ b÷ÉƤɮúÉSÉÒ +É´ÉEò +ÉÊhÉ JÉ{É ªÉÉÆSÉÉ Ê½þÉÉä¤É nùÉÇÊ´ÉhÉÉ®úÒ<br />

xÉÉånù´É½þÒ Gò¨ÉÉÆEò 1<br />

EòɨÉÉSÉä xÉÉ´É :- ----------------------------------------------------<br />

¨ÉÉMÉÒ±É ºÉ{iÉɽþÉ{ÉɺÉÚxÉ EòɨÉÉSªÉÉ Ê`öEòÉhÉÒ +ºÉ±Éä±ÉÒ Êɱ±ÉEò<br />

+É´ÉEò +ÉÊhÉ JÉ{É ªÉÉÆSÉÉ Ê½þÉÉä¤É<br />

+.Gò. ´½þÉ>ðSÉ®ú<br />

xÉƤɮú<br />

Ê®ú¡òÉ


133<br />

Dy.E.E.<br />

xÉÉånù´É½þÒ Gò¨ÉÉÆEò 3<br />

--------------------------------------- ®úÉäVÉÒ ºÉÆ{ÉhÉÉ­ªÉÉ +É`ö´Éb÷¬ÉºÉÉ`öÒ MÉÉä¹É´ÉÉ®úÉ.<br />

+.Gò. ¤ÉɤÉÓSÉä<br />

xÉÉ´É<br />

Eäò±É䱪ÉÉ EòɨÉÉSÉä<br />

+ÆnùÉVÉä {ÉÊ®ú¨ÉÉhÉ<br />

{ÉÊ®ú¨ÉÉhÉ BEò¨ÉÉxÉ<br />

´ÉÉ{É®úhÉä +ɴɪÉEò<br />

+ºÉ±Éä±Éä b÷ÉƤɮúÉSÉä<br />

{ÉÊ®ú¨ÉÉhÉ ¨Éä.]õxÉ<br />

´ÉÉ{É®úɴɪÉÉºÉ ½þ´Éä<br />

+ºÉ±É䱪ÉÉ<br />

b÷ÉƤɮúÉSÉä BEÚòhÉ<br />

{ÉÊ®ú¨ÉÉhÉ ¨Éä.]õxÉ<br />

|ÉiªÉIÉ ´ÉÉ{É®ú±Éä±Éä<br />

b÷ÉƤɮúÉSÉä BEÚòhÉ<br />

{ÉÊ®ú¨ÉÉhÉ ¨Éä.]õxÉ<br />

1 2 3 4 5 6 7<br />

Contractor No. of Corrections Executive Engineer


134<br />

Dy.E.E.<br />

´ÉXÉSÉÚhÉÉÇSÉÒ +É´ÉEò +ÉÊhÉ JÉ{É ªÉÉÆSÉÉ Ê½þÉÉä¤É nùÉÇÊ´ÉhÉÉ®úÒ<br />

xÉÉånù´É½þÒ Gò¨ÉÉÆEò 1<br />

EòɨÉÉSÉä xÉÉ´É :- ----------------------------------------------------<br />

¨ÉÉMÉÒ±É ºÉ{iÉɽþÉ{ÉɺÉÚxÉ EòɨÉÉSªÉÉ Ê`öEòÉhÉÒ +ºÉ±Éä±ÉÒ Êɱ±ÉEò<br />

+É´ÉEò +ÉÊhÉ JÉ{É ªÉÉÆSÉÉ Ê½þÉÉä¤É<br />

+.Gò. ʨɳýɱÉ䱪ÉÉ {ÉÉäiªÉÉÆSÉÒ ºÉÆJªÉÉ ´ÉÉ{É®ú±É䱪ÉÉ {ÉÉäiªÉÉÆSÉÒ<br />

ºÉÆJªÉÉ<br />

Ênù´ÉºÉÉSªÉÉ +JÉä®úÒºÉ EòɨÉÉSªÉÉ<br />

Ê`öEòÉhÉÒ ®úÉʽþ±Éä±ÉÒ {ÉÉäiÉÒ<br />

1 2 3 4<br />

BEÚòhÉ<br />

EÆòjÉÉ]õnùÉ®úÉSÉÒ ºÉ½þÒ<br />

+ʦɪÉÆiªÉÉSÉÒ ºÉ½þÒ/ +´ÉäIÉEòÉSÉÒ ºÉ½þÒ<br />

xÉÉånù´É½þÒ Gò¨ÉÉÆEò 2<br />

ÊxÉ®úÊxÉ®úɲªÉÉ ¤ÉɤÉÓ´É®ú +É`ö´Éb÷¬É¨ÉÆvªÉä ={ɪÉÉäMÉÉiÉ +ÉhÉhÉä +ɴɪÉEò +ºÉ±Éä±Éä ʺɨÉå]õ<br />

{ÉÊ®ú¨ÉÉhÉ ´É |ÉiªÉIÉÉiÉ ={ɪÉÉäMÉÉiÉ +ÉhɱÉä±Éä {ÉÊ®ú¨ÉÉhÉ ªÉÉÆSÉÒ iÉÖ±ÉxÉÉ nùÉJÉÊ´ÉhÉÉ®äú EòÉä¹]õEò<br />

+É`ö´Éb÷¬É¨ÉvªÉä Eäò±É䱪ÉÉ EòɨÉÉSÉä BEÚòhÉ +ÆnùÉVÉä {ÉÊ®ú¨ÉÉhÉ.<br />

1. ʺɨÉå]õ EòÉÄÊGò]õ OÉäb÷ B¨É 10, OÉäb÷ B¨É 15, OÉäb÷ B¨É 20, OÉäb÷ B¨É 25, B¨É 30, B¨É 35, B¨É 40,<br />

2. |ÉSÉʱÉiÉ EÆòEò®úÒiÉ (+É®ú.ºÉÒ.ºÉÒ.) iÉÖ²ªÉÉ.<br />

3. ʺɨÉå]õ +lÉ´ÉÉ ÊºÉ¨Éå]õSÉÉ ÊMɱÉÉ´ÉÉ.<br />

4. {ÉÉ


135<br />

Dy.E.E.<br />

xÉÉånù´É½þÒ Gò¨ÉÉÆEò 3<br />

--------------------------------------- ®úÉäVÉÒ ºÉÆ{ÉhÉÉ­ªÉÉ +É`ö´Éb÷¬ÉºÉÉ`öÒ MÉÉä¹É´ÉÉ®úÉ.<br />

+.Gò. ¤ÉɤÉÓSÉä<br />

xÉÉ´É<br />

Eäò±É䱪ÉÉ EòɨÉÉSÉä<br />

+ÆnùÉVÉä {ÉÊ®ú¨ÉÉhÉ<br />

{ÉÊ®ú¨ÉÉhÉ BEò¨ÉÉxÉ<br />

´ÉÉ{É®úhÉä +ɴɪÉEò<br />

+ºÉ±Éä±Éä ʺɨÉå]õSÉä<br />

{ÉÊ®ú¨ÉÉhÉ<br />

({ÉÉäiªÉÉƨÉvªÉä)<br />

({ÉÉäiªÉÉÆSªÉÉ |ÉiªÉäEò<br />

ºÉÆJªÉäiÉ)<br />

´ÉÉ{É®úɴɪÉɺÉ<br />

½þ´Éä +ºÉ±É䱪ÉÉ<br />

ʺɨÉå]õSÉä BEÚòhÉ<br />

{ÉÊ®ú¨ÉÉhÉ<br />

|ÉiªÉIÉ<br />

´ÉÉ{É®ú±É䱪ÉÉ<br />

ʺɨÉå]õSÉä<br />

{ÉÊ®ú¨ÉÉhÉ<br />

({ÉÉäiªÉÉƨÉvªÉä)<br />

1 2 3 4 5 6 7<br />

EÆòjÉÉ]õnùÉ®úÉSÉÒ ºÉ½þÒ<br />

+´ÉäIÉEòÉSÉÒ ºÉ½þÒ<br />

Contractor No. of Corrections Executive Engineer


136<br />

Dy.E.E.<br />

xÉÉånù´É½þÒ Gò.1<br />

------------------------- ±ÉÉ ºÉÆ{ÉhÉÉ­ªÉÉ ¨ÉʽþxªÉÉSÉÒ {ÉÉä±ÉÉnùÉSÉÒ +É´ÉEò VÉÉ´ÉEò +ÉÊhÉ Êɱ±ÉEò<br />

ʴɦÉÉMÉÉSÉä xÉÉ´É EòɨÉÉSÉä Ê`öEòÉhÉ EòɨÉÉSÉä xÉÉ´É<br />

¨ÉÉMÉÒ±É ¨ÉʽþxªÉÉ{ÉɺÉÚxÉ EòɨÉÉSªÉÉ Ê`öEòÉhÉÒ +ºÉ±Éä±ÉÒ |ÉEòÉ®ú +ÉÊhÉ {ÉÊ®ú¨ÉÉhÉ (]õxÉɨÉvªÉä)<br />

{ÉÉä±ÉÉnùÉSÉÒ Êɱ±ÉEò<br />

|ÉEòÉ®ú<br />

{ÉÊ®ú¨ÉÉhÉ<br />

------------------------------ ±ÉÉ ºÉÆ{ÉhÉÉ­ªÉÉ ¨ÉʽþxªÉÉSÉÒ {ÉÉä±ÉÉnùÉSÉÒ nèùxÉÆÊnùxÉ +É´ÉEò VÉÉ´ÉEò ´É<br />

Êɱ±ÉEò<br />

ÊnùxÉÉÆEò {ÉÉä±ÉÉnùÉSÉÒ +É´ÉEò<br />

(]õxÉɨÉvªÉä)<br />

|ÉEòÉ®ú<br />

´ÉVÉxÉ<br />

(]õxÉɨÉvªÉä)<br />

´ÉÉ{É®ú±É䱪ÉÉ<br />

{ÉÉä±ÉÉnùÉSÉä {ÉÊ®ú¨ÉÉhÉ<br />

|ÉEòÉ®ú<br />

´ÉVÉxÉ<br />

(]õxÉɨÉvªÉä)<br />

|ÉiªÉäEò näù´ÉPÉä´ÉÒSªÉÉ<br />

´Éä³ýSÉä {ÉÊ®ú¨ÉÉhÉ<br />

|ÉEòÉ®ú<br />

´ÉVÉxÉ<br />

(]õxÉɨÉvªÉä)<br />

BEÚòhÉ BEÚòhÉ BEÚòhÉ BEÚòhÉ<br />

®úÉäVÉÒ ºÉÆ{ÉhÉÉ­ªÉÉ<br />

+É`ö´Éb÷¬ÉiÉÒ±É<br />

{ÉÉä±ÉùÉnùÉSªÉÉ |ÉEòÉ®úÉxÉÖºÉÉ®ú<br />

]õxÉɨÉvÉÒ±É Êɱ±ÉEòÒSÉÉ<br />

MÉÉä¹É´ÉÉ®úÉ<br />

|ÉEòÉ®ú ´ÉVÉxÉ<br />

(]õxÉɨÉvªÉä)<br />

Ênù±É䱪ÉÉ/ ´ÉÉ{É®ú±É䱪ÉÉ {ÉÊ®ú¨ÉÉhÉɺÉÉ`öÒ EÆòjÉÉ]õnùÉ®úÉSÉÒ ºÉ½þÒ<br />

+´ÉäIÉEòÉSÉÒ ºÉ½þÒ<br />

Contractor No. of Corrections Executive Engineer


137<br />

Dy.E.E.<br />

xÉÉånù´É½þÒ Gò¨ÉÉÆEò 2<br />

--------------------------------------- ±ÉÉ ºÉÆ{ÉhÉÉ­ªÉÉ ¨ÉʽþxªÉɨÉvªÉä {ÉÉä±ÉÉnùÉSÉä ÊEòiÉÒ<br />

{ÉÊ®ú¨ÉÉhÉ ´ÉäMÉ´ÉäMɲªÉÉ ¤ÉɤÉÓ´É®ú ={ɪÉÉäMÉÉiÉ +ÉhÉɴɪÉÉºÉ {ÉÉʽþVÉä ½þÉäiÉä ´É |ÉiªÉIÉÉiÉ ÊEòiÉÒ {ÉÊ®ú¨ÉÉhÉ<br />

´ÉÉ{É®ú±Éä ½þÒ iÉÖ±ÉxÉÉ Eò®úhªÉɺÉÉ`öÒ +ɴɪÉEò +ºÉ±Éä±ÉÒ MÉhÉxÉÉ.<br />

+.Gò.<br />

{ÉÉ®ú {ÉÉb÷±É䱪ÉÉ<br />

¤ÉɤÉÓSÉÉ iÉ{ÉÊɱÉ<br />

Eäò±É䱪ÉÉ EòɨÉÉSÉä<br />

+ÆnùÉVÉä {ÉÊ®ú¨ÉÉhÉ<br />

ºÉÆEò±{É ÊSÉjÉÉ|ɨÉÉhÉä<br />

´ÉÉ{É®úhÉä +ɴɪÉEò<br />

+ºÉ±É䱪ÉÉ {ÉÉä±ÉÉnùÉSÉä<br />

{ÉÊ®ú¨ÉÉhÉ (]õxÉɨÉvªÉä)<br />

|ÉiªÉIÉ ´ÉÉ{É®ú±Éä±Éä<br />

{ÉÊ®ú¨ÉÉhÉ (]õxÉɨÉvªÉä)<br />

Contractor No. of Corrections Executive Engineer


138<br />

Dy.E.E.<br />

REGISTERS TO BE MAINTAINED BY CONTRACTOR IN<br />

CO-ORDINATION WITH DEPTT. STAFF<br />

(Whichever is applicable)<br />

(I) GENERAL REGISTERS<br />

(II) FOR BRIDGE WORK<br />

1) Work order book 1) Register of gradation of metal for concrete.<br />

2) Visitor register. 2) Silt contenet register.<br />

3) Work register of daily qty's executed of 3) Cement register<br />

each item.<br />

4) Register of registers. 4) Ghani register.<br />

5) Weekly report of work as per miles stone. 5) Cube register.<br />

6) Calibration certificate register.<br />

7) Laboratory test register.<br />

(III) FOR B.T. WORK<br />

(IV) FOR EARTH WORK &<br />

SHOULDERS<br />

1) Register of machinery. 1) Register of machineries at site.<br />

2) Log Books of machinery at site. 2) Field density test register for shoulder.<br />

3) Gradation of mix. 3) Log book of each machinery working at<br />

site.<br />

4) Extraction of mix. 4) Boulder register. (If reuire)<br />

5) Load register at plant & site. 5) Daily earthwork register.<br />

6) Impact test register.<br />

7) F.I. & E.I. test register.<br />

8) Abrasion value register.<br />

9) Water absorption test register.<br />

10) File of printout of each load.<br />

11) Roller pass register.<br />

12) Tack coat register.<br />

13) Tray test register.<br />

14) Field density test register.<br />

15) Marshal stability & flow register.<br />

16) Thickness register of B.T. layers.<br />

17) Asphalt register at plant.<br />

18) Penetration test register.<br />

19) Specific gravity of asphalt register.<br />

20) Ductility test register.<br />

21) Elastic recovery test register.<br />

22) Hydrometer test register for fines.<br />

Contractor No. of Corrections Executive Engineer


139<br />

Dy.E.E.<br />

NAME OF WORK :- CONSTRUCTION OF MAJOR BRIDGE CONNECTING DAHIVALI TO SAWARDA RAILWAYSTATION ON KAPASHI RIVER ON VR-113 AT KM.<br />

0/950 IN TALUKA CHIPLUN DISTRICT RATNAGIRI. (UNDER NABARD RIDF-XVIII)<br />

SCHEDULE 'B'<br />

Estimated Quantity may be<br />

more or less<br />

Item of work Estimated Rate Unit<br />

(Per)<br />

Amount<br />

1<br />

797.33 Cubic<br />

metre<br />

In figure<br />

In words<br />

2 3 4 5 6<br />

Item No.1 :- Earthwork in excavation for foundation of<br />

structures of Major bridge in soft strata as per drawing<br />

and techanical specifications, including setting out,<br />

construction of shoring and bracing, removal of stumps<br />

and other deleterious matter, dressing of sides and<br />

bottom and backfilling with approved material with all<br />

leads and lifts etc. complete.<br />

149.00 Rupees One<br />

hundred forty nine<br />

and paise nil only.<br />

One<br />

cubic<br />

metre<br />

118802.17<br />

267.34 Cubic<br />

metre<br />

Item No.2 :- Earthwork in excavation for foundation of<br />

structures of Major bridge in hard rock requiring blasting<br />

as per drawing and technical specifications, including<br />

setting out, construction of shoring and bracing,<br />

removal of stumps and other deleterious matter,<br />

dressing of sides and bottom and backfilling with<br />

approval material etc. with all leads and lifts etc.<br />

complete.<br />

557.00 Rupees Five<br />

hundred fifty seven<br />

and paise nil only.<br />

One<br />

cubic<br />

metre<br />

148908.38<br />

Contractor No.of corrections Executive Engineer


140<br />

Dy.E.E.<br />

Estimated Quantity may be<br />

more or less<br />

Item of work Estimated Rate Unit<br />

(Per)<br />

Amount<br />

1<br />

In figure<br />

In words<br />

2 3 4 5 6<br />

Item No.3 :- Dewatering for Abutment and Pier including<br />

diversion of stream, providing cofferdam, bunds etc. as<br />

may be necessary for foundation and other parts of<br />

work and bailing out and pumping out water below the<br />

actual initial natural water level for start of that<br />

particular component till completion of bridge. etc.<br />

complete.<br />

170.81 Cubic<br />

metre<br />

A) For Abutment in other soil 147.00 Rupees One<br />

hundred forty seven<br />

and paise nil only.<br />

One<br />

cubic<br />

metre<br />

25109.07<br />

529.58 Cubic<br />

metre<br />

B) For pier in other soil 212.00 Rupees Two<br />

hundred twelve<br />

and paise nil only.<br />

One<br />

cubic<br />

metre<br />

112270.96<br />

Contractor No.of corrections Executive Engineer


141<br />

Dy.E.E.<br />

Estimated Quantity may be<br />

more or less<br />

Item of work Estimated Rate Unit<br />

(Per)<br />

Amount<br />

1<br />

50.00 Number Item No.4:- Providing and fixing steel anchor dowel bars<br />

at the base of the foundation including drilling holes<br />

upto 0.90 meter depth in rock placing the dowel in<br />

position and effectively grouting the hole (25 milimeter<br />

diameter anchor steel rod of 3.00 meter length) etc.<br />

complete.<br />

In figure<br />

In words<br />

2 3 4 5 6<br />

747.65 Rupees Seven<br />

hundred forty seven<br />

and paise sixty five<br />

only.<br />

One<br />

Number<br />

37382.50<br />

38.49 Cubic<br />

metre<br />

Item No.5 : - Providing and laying in situ M-15 cement<br />

concrete of trap metal mechanically mixed, placed in<br />

foundation and compacted by vibration including<br />

necessary bailing out water, curing (without<br />

plywood/steel formwork, centering and excluding<br />

dewatering by pump) etc. with all leads and lifts etc.<br />

complete.<br />

4023.60 Rupees Four<br />

thousand Twenty<br />

three and paise<br />

sixty only.<br />

One<br />

cubic<br />

metre<br />

154868.36<br />

177.02 Cubic<br />

metre<br />

Item No.6 : - Providing and laying in situ Reinforced<br />

cement concrete M-30 of trap metal mechanically<br />

mixed, placed in foundation footing and compacted by<br />

vibration including necessary bailing out water, curing<br />

(including plywood/steel formwork, centering and<br />

excluding dewatering by pump) etc. with all leads and<br />

lifts etc. complete.<br />

5277.60 Rupees Five<br />

thousand two<br />

hundred seventy<br />

seven and paise<br />

sixty only.<br />

One<br />

cubic<br />

metre<br />

934240.75<br />

Contractor No.of corrections Executive Engineer


142<br />

Dy.E.E.<br />

Estimated Quantity may be<br />

more or less<br />

Item of work Estimated Rate Unit<br />

(Per)<br />

Amount<br />

1<br />

268.31 Cubic<br />

metre<br />

In figure<br />

In words<br />

2 3 4 5 6<br />

Item No.7:- Providing and laying in situ M-25 plain<br />

cement concrete of trap metal for cast in situ<br />

abutment, returns, wings etc. Including provision of "V"<br />

shaped false joints to form suitable panels on the faces<br />

to approved design with compacting by vibrating and<br />

curing complete, including plywood/steel formwork<br />

centering (excluding dewatering by means of pump)<br />

and including bailing out water and curing finishing in<br />

cement mortar 1:3 etc. complete. as directed by<br />

Engineer in charge.<br />

5670.60 Rupees Five<br />

thousand six<br />

hundred seventy<br />

and paise sixty only.<br />

One<br />

cubic<br />

metre<br />

1521478.69<br />

119.31 Cubic<br />

metre<br />

Item No.8:- Providing and laying in situ Reinforced<br />

Cement Concrete M-30 of trap metal for cast in situ<br />

piers etc. Including provision of "V" shaped false joints to<br />

form suitable panels on the faces to approved design<br />

with compacting by vibrating and curing complete,<br />

including plywood/steel formwork centering (excluding<br />

dewatering by means of pump) and including bailing<br />

out water and curing finishing in cement mortar 1:3 etc.<br />

complete. as directed by Engineer in charge.<br />

5775.60 Rupees Five<br />

thousand seven<br />

hundred seventy<br />

five and paise sixty<br />

only.<br />

One<br />

cubic<br />

metre<br />

689086.84<br />

Contractor No.of corrections Executive Engineer


143<br />

Dy.E.E.<br />

Estimated Quantity may be<br />

more or less<br />

Item of work Estimated Rate Unit<br />

(Per)<br />

Amount<br />

1<br />

33.970 Cubic<br />

metre<br />

In figure<br />

In words<br />

2 3 4 5 6<br />

Item No.9 :- Providing and laying in situ controlled<br />

reinforced cement concrete M-30 of trap metal with all<br />

leads and lifts for reinforced cement concrete caps<br />

over piers and abutments including necessary<br />

scaffolding, plywood/steel formwork, compaction by<br />

vibrating, finishing in cement mortar 1:3, curing etc<br />

complete. (excluding reinforcement).<br />

6026.60 Rupees Six<br />

thousand twenty six<br />

and paise sixty only.<br />

One<br />

cubic<br />

metre<br />

204723.60<br />

174.53 Cubic<br />

metre<br />

Item No.10 :-Providing and laying in Situ M-30 cement<br />

concrete of trap metal with all leads and lifts for<br />

Reinforced Cement Concrete work including ramming,<br />

vibrating, finishing in cement mortar 1:3 and curing<br />

complete for main/cross girder diaphragms arch etc.<br />

including plywood/steel formwork, centering and<br />

finishing in cement plaster etc. complete. (excluding<br />

reinforcement)<br />

7768.60 Rupees Seven<br />

thousand seven<br />

hundred sixty eight<br />

and paise sixty only.<br />

One<br />

cubic<br />

metre<br />

1355853.76<br />

Contractor No.of corrections Executive Engineer


144<br />

Dy.E.E.<br />

Estimated Quantity may be<br />

more or less<br />

Item of work Estimated Rate Unit<br />

(Per)<br />

Amount<br />

1<br />

19.62 Cubic<br />

metre<br />

In figure<br />

In words<br />

2 3 4 5 6<br />

Item No.11 :-Providing and laying in situ cement<br />

concrete M-30 of trap metal with all leads and lifts for<br />

Reinforced Cement Concrete work of ballast walls,<br />

kerbs, box returns etc. including scaffolding, centering<br />

plywood/steel formwork, compaction finishing in<br />

cement mortar 1:3 and curing etc. complete.<br />

(excluding reinforcement)<br />

6359.60 Rupees Six<br />

thousand three<br />

hundred fifty nine<br />

and paise sixty only.<br />

One<br />

cubic<br />

metre<br />

124775.35<br />

Item No.12 :- Providing and cutting, bending, hooking,<br />

laying in position and tying Thermo Mechanically<br />

Treated steel bars for reinforcement as per detailed<br />

drawings for all R.C.C. Work etc. complete.<br />

12.392 Metric<br />

tonne<br />

i) For Foundation 65425.00 Rupees Sixty five<br />

thousand four<br />

hundred twenty five<br />

and paise nil only.<br />

One<br />

metric<br />

tonne<br />

810746.60<br />

Contractor No.of corrections Executive Engineer


145<br />

Dy.E.E.<br />

Estimated Quantity may be<br />

more or less<br />

Item of work Estimated Rate Unit<br />

(Per)<br />

Amount<br />

1<br />

16.632 Metric<br />

tonne<br />

In figure<br />

In words<br />

2 3 4 5 6<br />

ii) Sub Structure 63425.00 Rupees Sixty three<br />

thousand four<br />

hundred twenty five<br />

and paise nil only.<br />

One<br />

metric<br />

tonne<br />

1054884.60<br />

20.019 Metric<br />

tonne<br />

iii) Super structure 65425.00 Rupees Sixty five<br />

thousand four<br />

hundred twenty five<br />

and paise nil only.<br />

One<br />

metric<br />

tonne<br />

1309743.08<br />

31.25 Running<br />

metre<br />

Item No.13 :- Providing strip seal type Elastomeric<br />

expansion joint as per detailed drawing as per MORT &<br />

H specification etc. complete.<br />

22744.00 Rupees Twenty two<br />

thousand seven<br />

hundred fofty four<br />

and paise nil only.<br />

One<br />

running<br />

metre<br />

710750.00<br />

234.40 Running<br />

metre<br />

Item No.14 :- Providing and laying weep holes of 100<br />

milimeter diameter, AC/PVC pipes as per drawing for<br />

abutment, returns, return walls etc. including cutting<br />

and placing in proper slope etc. complete<br />

147.00 Rupees One<br />

hundred forty seven<br />

and paise nil only.<br />

One<br />

running<br />

metre<br />

34456.80<br />

Contractor No.of corrections Executive Engineer


146<br />

Dy.E.E.<br />

Estimated Quantity may be<br />

more or less<br />

Item of work Estimated Rate Unit<br />

(Per)<br />

Amount<br />

1<br />

32.00 Number Item No 15:- Providing and fixing galvanised iron 100<br />

milimeter diameter water spouts (length of water spout<br />

600 milimeter) including Mild Steel plate, grill 6milimeter<br />

thick suitably cut and welded on Galvanised Iron pipe<br />

as per detailed drawing etc. complete.<br />

In figure<br />

In words<br />

2 3 4 5 6<br />

1005.00 Rupees One<br />

thousand five and<br />

paise nil only.<br />

One<br />

Number<br />

32160.00<br />

142.47 Running<br />

metre<br />

Item No.16 :-Providing Reinforced cement concrete M-<br />

30 parapet for major bridge with cement concrete of<br />

trap metal with all lead and lifts with cast in situ precast<br />

panels as per detailed drawing including<br />

reinforcement, scaffolding, centering, formwork,<br />

compacting, finishing and curing etc. complete.<br />

{Sanchi Type}<br />

1960.00 Rupees One<br />

thousand nine<br />

hundred sixty and<br />

paise nil only.<br />

One<br />

running<br />

metre<br />

279241.20<br />

49.57 Cubic<br />

metres<br />

Item No.17 :- Providing trap rubble filling behind the<br />

abutments, returns or wings etc. complete.<br />

640.00 Rupees Six hundred<br />

forty and paise nil<br />

only.<br />

One<br />

cubic<br />

metre<br />

31724.80<br />

Contractor No.of corrections Executive Engineer


147<br />

Dy.E.E.<br />

Estimated Quantity may be<br />

more or less<br />

Item of work Estimated Rate Unit<br />

(Per)<br />

Amount<br />

1<br />

31.91 Square<br />

metre<br />

In figure<br />

In words<br />

2 3 4 5 6<br />

Item No.18 :- Providing and laying in position 90<br />

centimetre thick flexible rubble mat as per detailed<br />

drawing including laying and compaction and<br />

consolidation 15 centimeter to 23 centimeter soling,<br />

consolidation of 60 milimeter size metal layer in two<br />

layers and compaction of 10 centimeter layers in single<br />

layer with watering etc. including all lead etc.<br />

complete.<br />

850.00 Rupees Eight<br />

hundred fifty and<br />

paise nil only.<br />

One<br />

square<br />

metre<br />

27123.50<br />

1.35 Square<br />

metre<br />

Item No.19:- Providing and fixing 25 milimeter thick<br />

marble tablet of size and description as per detailed<br />

drawings including moulded marble 1:2 cement mortar<br />

border etc. complete.<br />

6268.00 Rupees Six<br />

thousand two<br />

hundred sixty eight<br />

and paise nil only.<br />

One<br />

square<br />

metre<br />

8461.80<br />

138.56 Cubic<br />

metre<br />

Item No.20 :-Providing and laying in situ cement<br />

concrete M-15 of trap metal for annular filling around<br />

abutment, pier for foundation including necessary<br />

bailing out water, compacting, curing etc. with all leads<br />

and lifts etc. complete. (excluding dewatering by<br />

means of pump and formwork)<br />

4017.25 Rupees Four<br />

thousand<br />

seventeen and<br />

paise twenty five<br />

only.<br />

One<br />

cubic<br />

metre<br />

556630.16<br />

Contractor No.of corrections Executive Engineer


148<br />

Dy.E.E.<br />

Estimated Quantity may be<br />

more or less<br />

Item of work Estimated Rate Unit<br />

(Per)<br />

Amount<br />

1<br />

93600.00 Cubic<br />

centimeter<br />

In figure<br />

In words<br />

2 3 4 5 6<br />

Item No.21 :- Providing and fixing in position Neoprene<br />

bearing as per standard specificatioins etc. complete.<br />

(As per IRC-83 Part II)<br />

1.45 Rupees One and<br />

paise forty five only.<br />

One<br />

cubic<br />

centimetre<br />

135720.00<br />

19.42 Cubic<br />

metre<br />

Item No.22 :- Providing and applying Bituminous<br />

macadam with 40-60 TPH hot mix plant producing an<br />

average output of 37 tonnes per hour using crushed<br />

aggregates of specified grading permixed with<br />

bituminous binder, at the rate of 3.30% by weight of total<br />

mix, Grading I (40 milimeter Nominal Size) transported to<br />

site, laid over a previously prepared surface with paver<br />

finisher to required grade, level and alignment rolled by<br />

vibratory roller and static roller to achive the desired<br />

compaction, grading (using 60/70 grade of bitumen)<br />

including providing and applying tack coat of bitumen<br />

at the rate of 50 kilogramme per 100 square metre by<br />

mechanical sprayer on prepared Black Topped surface<br />

with all leads and lifts etc. complete. (On Bridge<br />

Portion)<br />

5952.80 Rupees Five<br />

thousand nine<br />

hundred fifty two<br />

and paise eighty<br />

only.<br />

One<br />

cubic<br />

metre<br />

115603.38<br />

Contractor No.of corrections Executive Engineer


149<br />

Dy.E.E.<br />

Estimated Quantity may be<br />

more or less<br />

Item of work Estimated Rate Unit<br />

(Per)<br />

Amount<br />

1<br />

9.71 Cubic<br />

metre<br />

In figure<br />

In words<br />

2 3 4 5 6<br />

Item No.23 :- Providing and laying Bituminous concrete<br />

25 milimeter thick on prapered surface with 40-60 TPH<br />

batch type HMP producing on average output of 75<br />

tonne per hour using crushed aggregates of specified<br />

grading permix with bituminius binder at 5.00% of mix<br />

and filler transporting the hotmix to work site laying with<br />

hydraulic paver finisher with sensor controlled to<br />

required grade level and alignment rolling with smooth<br />

wheeled vibratory and tandem roller to achive a<br />

desired compaction as per MORT & H specifications<br />

Clause 509 complete in all respect. (Including tack coat<br />

of emulsion bitumen 2.5 kg/per 10 square meter)<br />

8745.54 Rupees Eight<br />

thousand seven<br />

hundred forty five<br />

and paise fifty four<br />

only.<br />

One<br />

cubic<br />

metre<br />

84919.19<br />

26.40 Cubic<br />

metre<br />

Item No.24 :- Supplying 60 milimeter trap stone metal at<br />

the road side including conveying and stacking with all<br />

leads and lifts etc. complete.<br />

119.00 Rupees One<br />

hundred nineteen<br />

and paise nil only.<br />

One<br />

cubic<br />

metre<br />

3141.60<br />

Contractor No.of corrections Executive Engineer


150<br />

Dy.E.E.<br />

Estimated Quantity may be<br />

more or less<br />

Item of work Estimated Rate Unit<br />

(Per)<br />

Amount<br />

1<br />

11.80 Cubic<br />

metre<br />

In figure<br />

In words<br />

2 3 4 5 6<br />

Item No.25 :- Supplying soft murum at the road side<br />

with all leads and lifts including conveying and<br />

stacking etc. complete.<br />

196.00 Rupees One<br />

hundred ninety six<br />

and paise nil only.<br />

One<br />

cubic<br />

metre<br />

2312.80<br />

26.40 Cubic<br />

metre<br />

Item No.26:- Spreading 60 milimeter trap oversize metal<br />

including sectioning with all leads and lifts etc.<br />

complete.<br />

24.00 Rupees Twenty four<br />

and paise nil only.<br />

One<br />

cubic<br />

metre<br />

633.60<br />

11.80 Cubic<br />

metre<br />

Item No. 27 :- Spreading hard murum/soft murum and<br />

stone dust over the rubble soling oversize and size metal<br />

layer / blindage on the W.B.M. surface and for side<br />

width with all leads and lifts etc. complete as directed.<br />

15.00 Rupees Fifteen and<br />

paise nil only.<br />

One<br />

cubic<br />

metre<br />

177.00<br />

33.00 Square<br />

metre<br />

Item No. 28 :- Compacting the 60 milimeter oversize trap<br />

metal (200 mm loose) layer 2.00 to 7.00 metre wide with<br />

static roller including necessary labour materials and<br />

artificial watering etc. complete.<br />

12.00 Rupees Twelve and<br />

paise nil only.<br />

One<br />

square<br />

metre<br />

396.00<br />

Contractor No.of corrections Executive Engineer


151<br />

Dy.E.E.<br />

Estimated Quantity may be<br />

more or less<br />

Item of work Estimated Rate Unit<br />

(Per)<br />

Amount<br />

1<br />

5.00 Cubic<br />

metre<br />

In figure<br />

In words<br />

2 3 4 5 6<br />

Item No. 29 :- Providing earthwork in embankment with<br />

approved materials obtained from Private land upto a<br />

lead of 50 metre and including all lifts, laying in layers of<br />

20 to 30 centimeter thickness, breaking clods, dressing<br />

to the required lines, curves, grade and section with<br />

normal watering and compaction with power roller etc.<br />

complete.<br />

228.85 Rupees Two<br />

hundred twenty<br />

eight and paise<br />

eighty five only.<br />

One<br />

cubic<br />

metre<br />

1144.25<br />

50.00 Square<br />

metre<br />

Item No. 30 :- Compacting the hard murum upto 2.00<br />

metre width (200 mm loose) with static roller including<br />

artificial watering etc. complete.<br />

4.00 Rupees Four and<br />

paise nil only.<br />

One<br />

square<br />

metre<br />

200.00<br />

37.50 Running<br />

metre<br />

Item No.31 :-Providing and laying cement concrete<br />

pipes of I.S. 458 - 1988 of 900 milimeter diameter NP-II<br />

class in proper line, level and slope including providing,<br />

fixing creadles, curing etc. complete.<br />

2967.00 Rupees Two<br />

thousand nine<br />

hundred sixty seven<br />

and paise nil only.<br />

One<br />

running<br />

metre<br />

111262.50<br />

50.00 Square<br />

metre<br />

Item No.32 :- Providing dry rubble stone pitching 23<br />

centimeter thick as directed etc. complete.<br />

250.00 Rupees Two<br />

hundred fifty and<br />

paise nil only.<br />

One<br />

square<br />

metre<br />

12500.00<br />

Contractor No.of corrections Executive Engineer


152<br />

Dy.E.E.<br />

Estimated Quantity may be<br />

more or less<br />

Item of work Estimated Rate Unit<br />

(Per)<br />

Amount<br />

1<br />

2.00 Numbers Item No. 33 :- Providing and fixing Road junction/<br />

information sign board of size 180 centimetre x 120<br />

centimetre Prepared on 14 gauge Mild Steel sheet with<br />

angle iron frame of size 35 x 35 x 3 milimetre with cross<br />

bracing of size 25 x 25 x 3 milimetre including painting<br />

with one coat of zinc chromate stoving primer and two<br />

coats each of Green/White back ground and back side<br />

gray stove enamelled bonded with Red/white Retroreflective<br />

sheet engineering grade border/ letters/<br />

Numerals/ arrows/ coated with non peelable crystal<br />

clear protective transparent coat retaining 100 percent<br />

reflection including two angle iron post of size 50 x 50 x 5<br />

milimetre of 3.65 metre long inflated at bottom drilled<br />

on top with two nos. angle iron cross bracing for vertical<br />

angle post of size 50 x 50 x 5 milimetre of 2.35 mts. long<br />

and painted in white and black bands of 25 centimetre<br />

of size 10 milimetre long sheet and angle iron post in<br />

one piece without joints and fixing in ground with<br />

cement concrete 1:4:8 block of size 60cm x 60cm x<br />

75cm as directed by Engineer-in-charge etc.<br />

complete.<br />

In figure<br />

In words<br />

2 3 4 5 6<br />

13375.00 Rupees Thirteen<br />

thousand three<br />

hundred seventy<br />

five and paise nil<br />

only.<br />

One<br />

Number<br />

26750.00<br />

Total Rs. 10778183.28<br />

Say cost Rs. =<br />

10778183.00<br />

Contractor No.of corrections Executive Engineer


153<br />

Dy.E.E.<br />

NAME OF WORK :- CONSTRUCTION OF MAJOR BRIDGE CONNECTING DAHIVALI TO SAWARDA RAILWAYSTATION ON KAPASHI RIVER ON VR-113 AT KM.<br />

0/950 IN TALUKA CHIPLUN DISTRICT RATNAGIRI. (UNDER NABARD RIDF-XVIII)<br />

SCHEDULE 'C' SPECIFICATION<br />

Item of work<br />

Reference to Standard<br />

Specification Book<br />

or MORTH specification<br />

book<br />

Additional specification<br />

Sp.No.<br />

Page No<br />

1 2 3 4<br />

Item No.1 :- Earthwork in excavation for<br />

foundation of structures of Major bridge in<br />

soft strata as per drawing and techanical<br />

specifications, including setting out,<br />

construction of shoring and bracing, removal<br />

of stumps and other deleterious matter,<br />

dressing of sides and bottom and backfilling<br />

with approved material with all leads and lifts<br />

etc. complete.<br />

BR-3<br />

a,b.c.d<br />

102<br />

to<br />

103<br />

1) Payment shall be done on level basis only.<br />

2) Work should be done as per directions of Engineer in charge.<br />

Item No.2 :- Earthwork in excavation for<br />

foundation of structures of Major bridge in<br />

hard rock requiring blasting as per drawing<br />

and technical specifications, including setting<br />

out, construction of shoring and bracing,<br />

removal of stumps and other deleterious<br />

matter, dressing of sides and bottom and<br />

backfilling with approval material etc. with all<br />

leads and lifts etc. complete.<br />

BR-3<br />

e.f.g<br />

102<br />

to<br />

103<br />

1) Payment shall be done on level basis only.<br />

2) Work should be done as per directions of Engineer in charge.<br />

Contractor No.of corrections Executive Engineer


154<br />

Dy.E.E.<br />

Item of work<br />

Reference to Standard<br />

Specification Book<br />

or MORTH specification<br />

book<br />

Additional specification<br />

Sp.No.<br />

Page No<br />

1 2 3 4<br />

Item No.3 :- Dewatering for Abutment and Pier<br />

including diversion of stream, providing<br />

cofferdam, bunds etc. as may be necessary<br />

for foundation and other parts of work and<br />

bailing out and pumping out water below the<br />

actual initial natural water level for start of<br />

that particular component till completion of<br />

bridge. etc. complete.<br />

BR-4 103<br />

to<br />

105<br />

As directed by Engineer in charge.<br />

A) For Abutment in other soil<br />

B) For pier in other soil<br />

Item No.4:- Providing and fixing steel anchor<br />

dowel bars at the base of the foundation<br />

including drilling holes upto 0.90 meter depth<br />

in rock placing the dowel in position and<br />

effectively grouting the hole (25 milimeter<br />

diameter anchor steel rod of 3.00 meter<br />

length) etc. complete.<br />

-- -- As directed by Engineer in charge.<br />

Contractor No.of corrections Executive Engineer


155<br />

Dy.E.E.<br />

Item of work<br />

Reference to Standard<br />

Specification Book<br />

or MORTH specification<br />

book<br />

Additional specification<br />

Sp.No.<br />

Page No<br />

1 2 3 4<br />

Item No.5 : - Providing and laying in situ M-15<br />

cement concrete of trap metal<br />

mechanically mixed, placed in foundation<br />

and compacted by vibration including<br />

necessary bailing out water, curing (without<br />

plywood/steel formwork, centering and<br />

excluding dewatering by pump) etc. with all<br />

leads and lifts etc. complete.<br />

BR-5 105 to 107 1) Grade of concrete shall be M-15 instead of 1:3:6<br />

B-7 38 to 40<br />

(except for Mix<br />

proportions) Mix<br />

proportions shall<br />

be as per mix<br />

design.<br />

2) Necessary concrete mix design of grade M-15 shall be carried out<br />

as per IS: 456-2000 with minimum cement content as per IRC-21-2000.<br />

3) The cement consumption considered for this item is 313.50 kg/m3 of<br />

concrete. For variation in cement consumption due to mix design sub<br />

para 7 of B -7 of specification shall be applicable.<br />

4) For concreting work , use of blended cement may be made ,<br />

confirming to IS 1489 ( Part 1 ) after confirmation of due tests.<br />

5) The minimum curing period shall be as per IS 456:2000.<br />

6) Wooden centering / shuttering is not allowed .<br />

7) Testing of materials type and frequency shall be as per Annexture A<br />

and B attached seperately<br />

8) Concrete surface immediately after finishing shall be covered with<br />

L.D.P.E. film and water curing shall be started after final setting of<br />

concrete.<br />

Contractor No.of corrections Executive Engineer


156<br />

Dy.E.E.<br />

Item of work<br />

Reference to Standard<br />

Specification Book<br />

or MORTH specification<br />

book<br />

Additional specification<br />

Sp.No.<br />

Page No<br />

1 2 3 4<br />

Item No.6 : - Providing and laying in situ<br />

Reinforced cement concrete M-30 of trap<br />

metal mechanically mixed, placed in<br />

foundation footing and compacted by<br />

vibration including necessary bailing out<br />

water, curing (including plywood/steel<br />

formwork, centering and excluding<br />

dewatering by pump) etc. with all leads and<br />

lifts etc. complete.<br />

BR-5 105 to 107<br />

B-7 38 to 40<br />

(except for Mix<br />

proportions) Mix<br />

proportions shall<br />

be as per mix<br />

design.<br />

1) Grade of concrete shall be M-30 instead of 1:2:4<br />

2) Necessary concrete mix design of grade M-30 shall be carried out as per<br />

IS: 456-2000 with minimum cement content as per IRC-21-2000.<br />

3) The cement consumption considered for this item is 400 kg/m3 of<br />

concrete. For variation in cement consumption due to mix design sub para 7<br />

of B -7 of specification shall be applicable.<br />

4) Use of admixture in appropriate quantity shall be permitted , however no<br />

extra payment will be made on that account.<br />

5) Mix design shall be done from Govt. Laboratory and approved by<br />

Engineer in charge.<br />

6) Mix design shall be redone whenever there is change in source of quarry<br />

materials or after every months whichever is earlier.<br />

7) For all R.C.C. and concreting work , use of blended cement may be<br />

made , confirming to IS 1489 ( Part 1 ) after confirmation of due tests.<br />

8) The minimum curing period shall be as per IS 456:2000.<br />

9) Wooden centering / shuttering is not allowed .<br />

10) Testing of materials type and frequency shall be as per Annexture A and<br />

B attached seperately<br />

11) Only plastic coated G.I. wires be used as binding wires.<br />

12) Concrete surface immediately after finishing shall be covered with<br />

L.D.P.E. film and water curing shall be started after final setting of<br />

concrete.<br />

Contractor No.of corrections Executive Engineer


157<br />

Dy.E.E.<br />

Item of work<br />

Reference to Standard<br />

Specification Book<br />

or MORTH specification<br />

book<br />

Additional specification<br />

Sp.No.<br />

Page No<br />

1 2 3 4<br />

Item No.7:- Providing and laying in situ M-25<br />

plain cement concrete of trap metal for cast<br />

in situ abutment, returns, wings etc. Including<br />

provision of "V" shaped false joints to form<br />

suitable panels on the faces to approved<br />

design with compacting by vibrating and<br />

curing complete, including plywood/steel<br />

formwork centering (excluding dewatering by<br />

means of pump) and including bailing out<br />

water and curing finishing in cement mortar<br />

1:3 etc. complete. as directed by Engineer in<br />

charge.<br />

BR-27 127 to 129<br />

B-7 38 to 40<br />

(except for Mix<br />

proportions) Mix<br />

proportions shall<br />

be as per mix<br />

design.<br />

1) Grade of concrete shall be M-25 instead of 1:2:4<br />

2) Necessary concrete mix design of grade M-25 shall be carried out as per<br />

IS: 456-2000 with minimum cement content as per IRC-21-2000.<br />

3) The cement consumption considered for this item is 375 kg/m3 of<br />

concrete. For variation in cement consumption due to mix design sub para 7<br />

of B -7 of specification shall be applicable.<br />

4) Use of admixture in appropriate quantity shall be permitted , however no<br />

extra payment will be made on that account.<br />

5) Mix design shall be done from Govt. Laboratory and approved by<br />

Engineer in charge.<br />

6) Mix design shall be redone whenever there is change in source of quarry<br />

materials or after every months whichever is earlier.<br />

7) For all R.C.C. and concreting work , use of blended cement may be<br />

made , confirming to IS 1489 ( Part 1 ) after confirmation of due tests.<br />

8) The minimum curing period shall be as per IS 456:2000.<br />

9) Wooden centering / shuttering is not allowed .<br />

10) Testing of materials type and frequency shall be as per Annexture A and<br />

B attached seperately<br />

11) Only plastic coated G.I. wires be used as binding wires.<br />

12) Concrete surface immediately after finishing shall be covered with<br />

L.D.P.E. film and water curing shall be started after final setting of<br />

concrete.<br />

Contractor No.of corrections Executive Engineer


158<br />

Dy.E.E.<br />

Item of work<br />

Reference to Standard<br />

Specification Book<br />

or MORTH specification<br />

book<br />

Additional specification<br />

Sp.No.<br />

Page No<br />

1 2 3 4<br />

Item No.8:- Providing and laying in situ<br />

Reinforced Cement Concrete M-30 of trap<br />

metal for cast in situ piers etc. Including<br />

provision of "V" shaped false joints to form<br />

suitable panels on the faces to approved<br />

design with compacting by vibrating and<br />

curing complete, including plywood/steel<br />

formwork centering (excluding dewatering by<br />

means of pump) and including bailing out<br />

water and curing finishing in cement mortar<br />

1:3 etc. complete. as directed by Engineer in<br />

charge.<br />

BR-27 127 to 129<br />

B-7 38 to 40<br />

(except for Mix<br />

proportions) Mix<br />

proportions shall<br />

be as per mix<br />

design.<br />

1) Grade of concrete shall be M-30 instead of 1:2:4<br />

2) Necessary concrete mix design of grade M-30 shall be carried out as per<br />

IS: 456-2000 with minimum cement content as per IRC-21-2000.<br />

3) The cement consumption considered for this item is 400 kg/m3 of<br />

concrete. For variation in cement consumption due to mix design sub para 7<br />

of B -7 of specification shall be applicable.<br />

4) Use of admixture in appropriate quantity shall be permitted , however no<br />

extra payment will be made on that account.<br />

5) Mix design shall be done from Govt. Laboratory and approved by<br />

Engineer in charge.<br />

6) Mix design shall be redone whenever there is change in source of quarry<br />

materials or after every months whichever is earlier.<br />

7) For all R.C.C. and concreting work , use of blended cement may be<br />

made , confirming to IS 1489 ( Part 1 ) after confirmation of due tests.<br />

8) The minimum curing period shall be as per IS 456:2000.<br />

9) Wooden centering / shuttering is not allowed .<br />

10) Testing of materials type and frequency shall be as per Annexture A and<br />

B attached seperately<br />

11) Only plastic coated G.I. wires be used as binding wires.<br />

12) Concrete surface immediately after finishing shall be covered with<br />

L.D.P.E. film and water curing shall be started after final setting of<br />

concrete.<br />

Contractor No.of corrections Executive Engineer


159<br />

Dy.E.E.<br />

Item of work<br />

Reference to Standard<br />

Specification Book<br />

or MORTH specification<br />

book<br />

Additional specification<br />

Sp.No.<br />

Page No<br />

1 2 3 4<br />

Item No.9 :- Providing and laying in situ<br />

controlled reinforced cement concrete M-30<br />

of trap metal with all leads and lifts for<br />

reinforced cement concrete caps over piers<br />

and abutments including necessary<br />

scaffolding, plywood/steel formwork,<br />

compaction by vibrating, finishing in cement<br />

mortar 1:3, curing etc complete. (excluding<br />

reinforcement).<br />

BR-29 129 to 130<br />

B-7 38 to 40<br />

(except for Mix<br />

proportions) Mix<br />

proportions shall<br />

be as per mix<br />

design.<br />

1) Grade of concrete shall be M-30 instead of 1:2:4<br />

2) Necessary concrete mix design of grade M-30 shall be carried out as per<br />

IS: 456-2000 with minimum cement content as per IRC-21-2000.<br />

3) The cement consumption considered for this item is 400 kg/m3 of<br />

concrete. For variation in cement consumption due to mix design sub para 7<br />

of B -7 of specification shall be applicable.<br />

4) Use of admixture in appropriate quantity shall be permitted , however no<br />

extra payment will be made on that account.<br />

5) Mix design shall be done from Govt. Laboratory and approved by<br />

Engineer in charge.<br />

6) Mix design shall be redone whenever there is change in source of quarry<br />

materials or after every months whichever is earlier.<br />

7) For all R.C.C. and concreting work , use of blended cement may be<br />

made , confirming to IS 1489 ( Part 1 ) after confirmation of due tests.<br />

8) The minimum curing period shall be as per IS 456:2000.<br />

9) Wooden centering / shuttering is not allowed .<br />

10) Testing of materials type and frequency shall be as per Annexture A and<br />

B attached seperately<br />

11) Only plastic coated G.I. wires be used as binding wires.<br />

12) Concrete surface immediately after finishing shall be covered with<br />

L.D.P.E. film and water curing shall be started after final setting of<br />

concrete<br />

Contractor No.of corrections Executive Engineer


160<br />

Dy.E.E.<br />

Item of work<br />

Reference to Standard<br />

Specification Book<br />

or MORTH specification<br />

book<br />

Additional specification<br />

Sp.No.<br />

Page No<br />

1 2 3 4<br />

Item No.10 :-Providing and laying in Situ M-30<br />

cement concrete of trap metal with all leads<br />

and lifts for Reinforced Cement Concrete<br />

work including ramming, vibrating, finishing in<br />

cement mortar 1:3 and curing complete for<br />

main/cross girder diaphragms arch etc.<br />

including plywood/steel formwork, centering<br />

and finishing in cement plaster etc.<br />

complete. (excluding reinforcement)<br />

BR-38 135 to 137<br />

B-7 38 to 40<br />

(except for Mix<br />

proportions) Mix<br />

proportions shall<br />

be as per mix<br />

design.<br />

1) Grade of concrete shall be M-30 instead of 1:2:4<br />

2) Necessary concrete mix design of grade M-30 shall be carried out as per<br />

IS: 456-2000 with minimum cement content as per IRC-21-2000.<br />

3) The cement consumption considered for this item is 400 kg/m3 of<br />

concrete. For variation in cement consumption due to mix design sub para 7<br />

of B -7 of specification shall be applicable.<br />

4) Use of admixture in appropriate quantity shall be permitted , however no<br />

extra payment will be made on that account.<br />

5) Mix design shall be done from Govt. Laboratory and approved by<br />

Engineer in charge.<br />

6) Mix design shall be redone whenever there is change in source of quarry<br />

materials or after every months whichever is earlier.<br />

7) For all R.C.C. and concreting work , use of blended cement may be<br />

made , confirming to IS 1489 ( Part 1 ) after confirmation of due tests.<br />

8) The minimum curing period shall be as per IS 456:2000.<br />

9) Wooden centering / shuttering is not allowed .<br />

10) Testing of materials type and frequency shall be as per Annexture A and<br />

B attached seperately<br />

11) Only plastic coated G.I. wires be used as binding wires.<br />

12) Concrete surface immediately after finishing shall be covered with<br />

L.D.P.E. film and water curing shall be started after final setting of<br />

concrete<br />

Contractor No.of corrections Executive Engineer


161<br />

Dy.E.E.<br />

Item of work<br />

Reference to Standard<br />

Specification Book<br />

or MORTH specification<br />

book<br />

Additional specification<br />

Sp.No.<br />

Page No<br />

1 2 3 4<br />

Item No.11 :-Providing and laying in situ<br />

cement concrete M-30 of trap metal with all<br />

leads and lifts for Reinforced Cement<br />

Concrete work of ballast walls, kerbs, box<br />

returns etc. including scaffolding, centering<br />

plywood/steel formwork, compaction<br />

finishing in cement mortar 1:3 and curing etc.<br />

complete. (excluding reinforcement)<br />

BR-50 143 to 144<br />

B-7 38 to 40<br />

(except for Mix<br />

proportions) Mix<br />

proportions shall<br />

be as per mix<br />

design.<br />

1) Grade of concrete shall be M-30 instead of 1:2:4<br />

2) Necessary concrete mix design of grade M-30 shall be carried out as per<br />

IS: 456-2000 with minimum cement content as per IRC-21-2000.<br />

3) The cement consumption considered for this item is 400 kg/m3 of<br />

concrete. For variation in cement consumption due to mix design sub para 7<br />

of B -7 of specification shall be applicable.<br />

4) Use of admixture in appropriate quantity shall be permitted , however no<br />

extra payment will be made on that account.<br />

5) Mix design shall be done from Govt. Laboratory and approved by<br />

Engineer in charge.<br />

6) Mix design shall be redone whenever there is change in source of quarry<br />

materials or after every months whichever is earlier.<br />

7) For all R.C.C. and concreting work , use of blended cement may be<br />

made , confirming to IS 1489 ( Part 1 ) after confirmation of due tests.<br />

8) The minimum curing period shall be as per IS 456:2000.<br />

9) Wooden centering / shuttering is not allowed .<br />

10) Testing of materials type and frequency shall be as per Annexture A and<br />

B attached seperately<br />

11) Only plastic coated G.I. wires be used as binding wires.<br />

12) Concrete surface immediately after finishing shall be covered with<br />

L.D.P.E. film and water curing shall be started after final setting of<br />

concrete<br />

Contractor No.of corrections Executive Engineer


162<br />

Dy.E.E.<br />

Item of work<br />

Reference to Standard<br />

Specification Book<br />

or MORTH specification<br />

book<br />

Additional specification<br />

Sp.No.<br />

Page No<br />

1 2 3 4<br />

Item No.12 :- Providing and cutting, bending,<br />

hooking, laying in position and tying Thermo<br />

Mechanically Treated steel bars for<br />

reinforcement as per detailed drawings for all<br />

R.C.C. Work etc. complete.<br />

BR-35 134 (1) The measurement and payment shall be made based on weight of steel<br />

actually used for work under particular item of reinforcement.<br />

(2) Read T.M.T. steel in place of H.Y.S.D. steel.<br />

(3) The binding of reinforcing shall be as per the design schedules and<br />

drawings.<br />

(4) The detailing of reinforcement shall be done as per the relevant IS code<br />

or as directed by Engineer-in-charge.<br />

(5) Binding wires of galvanized iron duely plastic coated shall be used at no<br />

extra cost to Government.<br />

(6) The steel shall be tested and confirm to relevant IS code / specification.<br />

(7) The bar bending schedule shall be submitted and got approved from the<br />

Engineer - in - Charge.<br />

(8) Bar bending and cutting machine shall be used.<br />

Item No.13 :- Providing strip seal type<br />

Elastomeric expansion joint as per detailed<br />

drawing as per MORT & H specification etc.<br />

complete.<br />

MORT & H<br />

Section 2607<br />

625<br />

to<br />

629<br />

As directed by Engineer in charge and as per detailed drawing.<br />

Contractor No.of corrections Executive Engineer


163<br />

Dy.E.E.<br />

Item of work<br />

Reference to Standard<br />

Specification Book<br />

or MORTH specification<br />

book<br />

Additional specification<br />

Sp.No.<br />

Page No<br />

1 2 3 4<br />

Item No.14 :- Providing and laying weep<br />

holes of 100 milimeter diameter, AC/PVC<br />

pipes as per drawing for abutment, returns,<br />

return walls etc. including cutting and placing<br />

in proper slope etc. complete<br />

MORTH<br />

clause<br />

2706 and<br />

2200<br />

595 As directed by Engineer in charge.<br />

Item No 15:- Providing and fixing galvanised<br />

iron 100 milimeter diameter water spouts<br />

(length of water spout 600 milimeter)<br />

including Mild Steel plate, grill 6milimeter thick<br />

suitably cut and welded on Galvanised Iron<br />

pipe as per detailed drawing etc. complete.<br />

BR-48<br />

BR-55<br />

142<br />

150<br />

As directed by Engineer in charge and as per detailed drawing.<br />

Contractor No.of corrections Executive Engineer


164<br />

Dy.E.E.<br />

Item of work<br />

Reference to Standard<br />

Specification Book<br />

or MORTH specification<br />

book<br />

Additional specification<br />

Sp.No.<br />

Page No<br />

1 2 3 4<br />

Item No.16 :-Providing Reinforced cement BR-51<br />

concrete M-30 parapet for major bridge with<br />

cement concrete of trap metal with all lead<br />

B-7<br />

(except for Mix<br />

proportions) Mix<br />

and lifts with cast in situ precast panels as per<br />

proportions shall<br />

detailed drawing including reinforcement,<br />

be as per mix<br />

scaffolding, centering, formwork,<br />

design.<br />

compacting, finishing and curing etc.<br />

complete. {Sanchi Type}<br />

144<br />

38 to 40<br />

1) Grade of concrete shall be M-30 instead of 1:2:4<br />

2) Necessary concrete mix design of grade M-30 shall be carried out as per<br />

IS: 456-2000 with minimum cement content as per IRC-21-2000.<br />

3) The cement consumption considered for this item is 400 kg/m3 of<br />

concrete. For variation in cement consumption due to mix design sub para 7<br />

of B -7 of specification shall be applicable.<br />

4) Use of admixture in appropriate quantity shall be permitted , however no<br />

extra payment will be made on that account.<br />

5) Mix design shall be done from Govt. Laboratory and approved by<br />

Engineer in charge.<br />

6) Mix design shall be redone whenever there is change in source of quarry<br />

materials or after every months whichever is earlier.<br />

7) For all R.C.C. and concreting work , use of blended cement may be<br />

made , confirming to IS 1489 ( Part 1 ) after confirmation of due tests.<br />

8) The minimum curing period shall be as per IS 456:2000.<br />

9) Wooden centering / shuttering is not allowed .<br />

10) Testing of materials type and frequency shall be as per Annexture A and<br />

B attached seperately<br />

11) Only plastic coated G.I. wires be used as binding wires.<br />

12) Concrete surface immediately after finishing shall be covered with<br />

L.D.P.E. film and water curing shall be started after final setting of<br />

concrete<br />

Contractor No.of corrections Executive Engineer


165<br />

Dy.E.E.<br />

Item of work<br />

Reference to Standard<br />

Specification Book<br />

or MORTH specification<br />

book<br />

Additional specification<br />

Sp.No.<br />

Page No<br />

1 2 3 4<br />

Item No.17 :- Providing trap rubble filling<br />

behind the abutments, returns or wings etc.<br />

complete.<br />

BR-57 151 As directed by Engineer in charge.<br />

Item No.18 :- Providing and laying in position<br />

90 centimetre thick flexible rubble mat as per<br />

detailed drawing including laying and<br />

compaction and consolidation 15 centimeter<br />

to 23 centimeter soling, consolidation of 60<br />

milimeter size metal layer in two layers and<br />

compaction of 10 centimeter layers in single<br />

layer with watering etc. including all lead etc.<br />

complete.<br />

--- --- As directed by Engineer in charge.<br />

Item No.19:- Providing and fixing 25 milimeter<br />

thick marble tablet of size and description as<br />

per detailed drawings including moulded<br />

marble 1:2 cement mortar border etc.<br />

complete.<br />

BR-56 150 Size of tablet design and wording to be grooved on tablet should be got<br />

approved form the Engineer-in-charge.<br />

Contractor No.of corrections Executive Engineer


166<br />

Dy.E.E.<br />

Item of work<br />

Reference to Standard<br />

Specification Book<br />

or MORTH specification<br />

book<br />

Additional specification<br />

Sp.No.<br />

Page No<br />

1 2 3 4<br />

Item No.20 :-Providing and laying in situ<br />

cement concrete M-15 of trap metal for<br />

annular filling around abutment, pier for<br />

foundation including necessary bailing out<br />

water, compacting, curing etc. with all leads<br />

and lifts etc. complete. (excluding<br />

dewatering by means of pump and<br />

formwork)<br />

BR-5 105 to 106<br />

B-7 38 to 40<br />

(except for Mix<br />

proportions) Mix<br />

proportions shall<br />

be as per mix<br />

design.<br />

1) Grade of concrete shall be M-15 instead of 1:3:6<br />

2) Necessary concrete mix design of grade M-15 shall be carried out as per<br />

IS: 456-2000 with minimum cement content as per IRC-21-2000.<br />

3) The cement consumption considered for this item is 313.50 kg/m3 of<br />

concrete. For variation in cement consumption due to mix design sub para 7<br />

of B -7 of specification shall be applicable.<br />

4) For concreting work , use of blended cement may be made , confirming<br />

to IS 1489 ( Part 1 ) after confirmation of due tests.<br />

5) The minimum curing period shall be as per IS 456:2000.<br />

6) Wooden centering / shuttering is not allowed .<br />

7) Testing of materials type and frequency shall be as per Annexture A and B<br />

attached seperately<br />

8) Concrete surface immediately after finishing shall be covered with L.D.P.E.<br />

film and water curing shall be started after final setting of concrete.<br />

Item No.21 :- Providing and fixing in position<br />

Neoprene bearing as per standard<br />

specificatioins etc. complete. (As per IRC-83<br />

Part II)<br />

--- --- As directed by Engineer in charge and as per standard specifications.<br />

Contractor No.of corrections Executive Engineer


167<br />

Dy.E.E.<br />

Item of work<br />

Reference to Standard<br />

Specification Book<br />

or MORTH specification<br />

book<br />

Additional specification<br />

Sp.No.<br />

Page No<br />

1 2 3 4<br />

Item No.22 :- Providing and applying<br />

Bituminous macadam with 40-60 TPH hot mix<br />

plant producing an average output of 37<br />

tonnes per hour using crushed aggregates of<br />

specified grading permixed with bituminous<br />

binder, at the rate of 3.30% by weight of total<br />

mix, Grading I (40 milimeter Nominal Size)<br />

transported to site, laid over a previously<br />

prepared surface with paver finisher to<br />

required grade, level and alignment rolled by<br />

vibratory roller and static roller to achive the<br />

desired compaction, grading (using 60/70<br />

grade of bitumen) including providing and<br />

applying tack coat of bitumen at the rate of<br />

50 kilogramme per 100 square metre by<br />

mechanical sprayer on prepared Black<br />

Topped surface with all leads and lifts etc.<br />

complete. (On Bridge Portion)<br />

MORT & H<br />

Cl. 501.06<br />

& 501.7<br />

Cl.503<br />

Cl.504<br />

143<br />

to<br />

144<br />

157 to<br />

160<br />

160 to<br />

163<br />

Grade of asphalt for carpet mixing shall be 60/70. And for tack coat shall be<br />

60/70.<br />

Contractor No.of corrections Executive Engineer


168<br />

Dy.E.E.<br />

Item of work<br />

Reference to Standard<br />

Specification Book<br />

or MORTH specification<br />

book<br />

Additional specification<br />

Sp.No.<br />

Page No<br />

1 2 3 4<br />

Item No.23 :- Providing and laying Bituminous<br />

concrete 25 milimeter thick on prapered<br />

surface with 40-60 TPH batch type HMP<br />

producing on average output of 75 tonne per<br />

hour using crushed aggregates of specified<br />

grading permix with bituminius binder at<br />

5.00% of mix and filler transporting the hotmix<br />

to work site laying with hydraulic paver<br />

finisher with sensor controlled to required<br />

grade level and alignment rolling with smooth<br />

wheeled vibratory and tandem roller to<br />

achive a desired compaction as per MORT &<br />

H specifications Clause 509 complete in all<br />

respect. (Including tack coat of emulsion<br />

bitumen 2.5 kg/per 10 square meter)<br />

MORT &H<br />

Clause No.<br />

509<br />

-- As directed by Engineer in charge.<br />

Item No.24 :- Supplying 60 milimeter trap<br />

stone metal at the road side with all leads<br />

and lifts including conveying and stacking<br />

etc. complete.<br />

Rd. 20 200 Rubble shall be used only after testing of quality & approval from Engineer in<br />

charge.<br />

Contractor No.of corrections Executive Engineer


169<br />

Dy.E.E.<br />

Item of work<br />

Reference to Standard<br />

Specification Book<br />

or MORTH specification<br />

book<br />

Additional specification<br />

Sp.No.<br />

Page No<br />

1 2 3 4<br />

Item No.25 :- Supplying soft murum at the<br />

road side with all leads and lifts including<br />

conveying and stacking etc. complete.<br />

Rd-24 202<br />

to<br />

203<br />

As directed by Engineer in charge.<br />

Item No.26:- Spreading 60 milimeter trap<br />

oversize metal including sectioning with all<br />

leads and lifts etc. complete.<br />

Rd-29<br />

Rd 34<br />

205 to 206<br />

208 to 209<br />

210<br />

Work shall be done as per directions of Engineer in charge.<br />

Item No. 27 :- Spreading hard murum/soft<br />

murum and stone dust over the rubble soling<br />

oversize and size metal layer / blindage on<br />

the W.B.M. surface and for side width with all<br />

leads and lifts etc. complete as directed.<br />

Rd-31<br />

Rd-36<br />

Rd-39<br />

206, 209,<br />

210<br />

Work shall be done as per directions of Engineer in charge.<br />

Item No. 28 :- Compacting the 60 milimeter<br />

oversize trap metal (200 mm loose) layer 2.00<br />

to 7.00 metre wide with static roller including<br />

necessary labour materials and artificial<br />

watering etc. complete.<br />

Rd.32 207 1) Work shall be done as per directions of Engineer in charge.<br />

Contractor No.of corrections Executive Engineer


170<br />

Dy.E.E.<br />

Item of work<br />

Reference to Standard<br />

Specification Book<br />

or MORTH specification<br />

book<br />

Additional specification<br />

Sp.No.<br />

Page No<br />

1 2 3 4<br />

Item No. 29 :- Providing eartwork in<br />

embankment with approved materials<br />

obtained from private land including all lifts<br />

and 50 metre lead laying in layers of 20 to 30<br />

centimeter thickness, breaking clods, dressing<br />

to the required lines, curves, grade and<br />

section with normal watering and<br />

compaction with power roller etc. complete.<br />

Rd-12 190 1) Work shall be executed as per instruction of Engineer in charge.<br />

2) Payment of this item shall be done on level basis only.<br />

Item No. 30 :- Compacting the hard murum<br />

upto 2.00 metre width (200 mm loose) with<br />

static roller including artificial watering etc.<br />

complete.<br />

Rd.38 211 Work shall be done as per directions of Engineer in charge.<br />

The contract rate shall be one square metre basis instead of one kilometer<br />

as mentioned in the specification.<br />

Item No.31 :-Providing and laying cement<br />

concrete pipes of I.S. 458 - 1988 of 900<br />

milimeter diameter NP-II class in proper line,<br />

level and slope including providing, fixing<br />

creadles, curing etc. complete.<br />

Cd-7 162<br />

to<br />

163<br />

i) The pipe shall be laid as mentioned in specification.<br />

ii ) Proper sequence of both earthwork and pipe laying shall be maintained.<br />

iii ) Due care shall be taken while compacting soil so that pipe shall not be<br />

damaged.<br />

Item No.32 :- Providing dry rubble stone<br />

pitching 23 centimeter thick as directed etc.<br />

complete.<br />

Rd-73 251 As directed by Engineer in charge.<br />

Contractor No.of corrections Executive Engineer


171<br />

Dy.E.E.<br />

Item of work<br />

Reference to Standard<br />

Specification Book<br />

or MORTH specification<br />

book<br />

Additional specification<br />

Sp.No.<br />

Page No<br />

1 2 3 4<br />

Item No. 33 :- Providing and fixing Road<br />

junction/ information sign board of size 180<br />

centimetre x 120 centimetre Prepared on 14<br />

gauge Mild Steel sheet with angle iron frame<br />

of size 35 x 35 x 3 milimetre with cross bracing<br />

of size 25 x 25 x 3 milimetre including painting<br />

with one coat of zinc chromate stoving<br />

primer and two coats each of Green/White<br />

back ground and back side gray stove<br />

enamelled bonded with Red/white Retroreflective<br />

sheet engineering grade border/<br />

letters/ Numerals/ arrows/ coated with non<br />

peelable crystal clear protective transparent<br />

coat retaining 100 percent reflection<br />

including two angle iron post of size 50 x 50 x 5<br />

milimetre of 3.65 metre long inflated at<br />

bottom drilled on top with two nos. angle iron<br />

cross bracing for vertical angle post of size 50<br />

x 50 x 5 milimetre of 2.35 mts. long and<br />

painted in white and black bands of 25<br />

centimetre of size 10 milimetre long sheet and<br />

angle iron post in one piece without joints<br />

and fixing in ground with cement concrete<br />

1:4:8 block of size 60cm x 60cm x 75cm as<br />

directed by Engineer-in-charge etc.<br />

MORT & H<br />

Cl. 803<br />

320 to<br />

326<br />

IRC 67-1977 as instruction by Engineer-in-charge.<br />

Contractor No.of corrections Executive Engineer


172<br />

Dy.E.E.<br />

Item of work<br />

Reference to Standard<br />

Specification Book<br />

or MORTH specification<br />

book<br />

Additional specification<br />

Sp.No.<br />

Page No<br />

1 2 3 4<br />

BLANK PAGE<br />

Contractor No.of corrections Executive Engineer


173<br />

Dy.E.E.<br />

GUARANTEE BOND FOR SECURITY DEPOSIT<br />

( ON STAMP PAPER WORTH RUPEES 100 / - )<br />

In consideration of the Governor of Maharashtra ( herein after referred to as “ the<br />

Government “ ) having agreed to exempt ___________________________________<br />

( herein after referred to as “ the contractor “ ) from depositing with the Government<br />

in cash the sum of Rs. _________ ( Rupees __________________________________<br />

____________________ only. ) being the amount of security deposit payable by the<br />

Contractor to the Government under the terms and conditions of the agreement dated<br />

the __________ day of __________ 20__ and made between the Government on the<br />

one part, and the Contractor of the other part ( hereinafter referred to as “ the said<br />

Agreement “ ) for _________ as security for due observance and performance by the<br />

Contractor of the terms and conditions of the said agreement, on the contractor<br />

furnishing to the Government a Guarantee in the prescribed form of a Schedule bank<br />

in India being in fact those presents in the like sum of Rs.____________________<br />

(Rs. ____________________________________________________________ only.)<br />

We ______________________________BANK / LIMITED registered in India under<br />

____________Act and having one of our Local Head office at __________ do<br />

hereby.<br />

1. GUARANTEE TO THE GOVERNMENT :<br />

(a)<br />

(b)<br />

Due performance and observance by the Contractor of the terms, covenants and<br />

conditions on the part of the contractor contained in the said Agreement and<br />

Due and punctual payment by the Contractor to the Government of all sums of<br />

money, losses, damages, costs, charges, penalties and expenses payable to the<br />

Government by the contractor under or in respect of the said Agreement.<br />

2. Undertake to pay to the Government on demand and without demur and<br />

notwithstanding any dispute or disputes raised by the Contractor(s) in any suit or<br />

proceeding filed in any Court of Tribunal relating there to the said sum of Rs. ______<br />

( Rupees _____________________________________________________________<br />

__________________________ only. ) or such less sum may be demanded by the<br />

Government from us, our liability hereunder being absolute and unequivocal and<br />

agree that.<br />

Contractor No. of Corrections Executive Engineer


174<br />

Dy.E.E.<br />

3.(a)<br />

(b)<br />

The guarantee herein contained shall remain in full force and effect during the<br />

subsistence of the said Agreement and that the same will continue to be enforceable<br />

till all the dues of the Government under or by virtue of the said Agreement have been<br />

duly paid and its claims satisfied or discharged and till the Government certifies that<br />

the terms and conditions of the said Agreement have been fully and properly carried<br />

out by the Contractor.<br />

We shall not be discharged or released from liability under this Guarantee by reasons<br />

of<br />

(i) Any change in the constitution of the Bank of the Contractor; or<br />

(ii) Any agreement entered into between the Government and the Contractor with or<br />

without our consent .<br />

(iii) Any forbearance or indulgence shown to the Contractor ;<br />

(iv) Any variations in the terms, convenants or conditions contained in the said<br />

Agreement.<br />

(v) Any time given to the Contractor, or ;<br />

(vi) Any other conditions or circumstances under which, in law, a surety would be<br />

discharged.<br />

(c)<br />

(d)<br />

Our liability herein under shall be joint and several with that of the Contractor as if we<br />

were the principal debtors in respect of the said sum of Rs. ________________<br />

(Rupees _____________________________________ only.) and<br />

We shall not revoke this guarantee during its currency except with the previous<br />

consent in writing of the Government.<br />

IN WITNESS WHERE OF THE common seal of ____________________ has<br />

been herein affixed this __________ day of __________ 20__. The common seal of<br />

__________________ was pursuant to the resolution of the Board of Directors of the<br />

company dated the __________ day of __________ 20__. herein affixed in the<br />

presence of __________ who, in token thereof, have hereto set their respective hands<br />

in the presence of .<br />

(1) __________________________<br />

(2) __________________________<br />

Contractor No. of Corrections Executive Engineer


175<br />

Dy.E.E.<br />

Annexure 'A'<br />

QUALITY CONTROL TESTS<br />

(Whichever is applicable)<br />

Sr.No. Material Test<br />

1 Masonry Stone i) Compressive Strength.<br />

ii) Crushing Value.<br />

2 Metal i) Crushing value.<br />

ii) Impact value.<br />

iii) Abrasion value.<br />

iv) Water Absorption.<br />

v) Flakiness & Elongation Index<br />

vi) Gradation<br />

3 Bricks i) Crushing Strength.<br />

ii) Water Absorption.<br />

4 Mangalore Tiles i) Breaking load.<br />

ii) Water Absorption.<br />

5 Flooring Tiles i) Flexural strength<br />

ii) Water Absorption<br />

6 Glazed Tiles i) Water Absorption<br />

7 Cement i) Compressive Strength<br />

ii) Initial setting time.<br />

iii) Final setting time.<br />

iv) Specific Gravity<br />

v) Soundness<br />

vi) Fineness<br />

vii) Std. Consistency<br />

8 Steel i) Weight per meter.<br />

ii) Ultimate Tensile stress.<br />

iii) Yield stress<br />

iv) Elongation<br />

9 Granular i) Density of compacted layer.<br />

ii) C.B.R.<br />

10 Lime/ Cement stabilized soil sub base i) Quality of Lime/Cement<br />

ii) Degree of pulverization<br />

iii) Lime/Cement content<br />

iv) CBR or unconfined Compressive strength<br />

test on a set of 3 Specimens.<br />

v) Density of compacted layer.<br />

11 Water Bound Macadam i) Aggregate impact value<br />

ii) Flakiness Index & Elongation index<br />

12 Wet mix Macadam i) Impact value<br />

ii) Flakiness index & Elongation index<br />

iii) Density of compacted layer<br />

13 Prime coat/ tack coat/ Fog spray i) Quality of Binder<br />

14 Seal Coat/ Surface Dressing i) Quality of Binder<br />

ii) Impact value/ Los Angle's Abrasion value<br />

iii) Flakiness & Elongation Index<br />

iv) Water Absorption.<br />

15 Murum i) Optimum Dry Density<br />

ii) C.B.R.<br />

iii) Liquid & Plastic Limit/Plasticity Index<br />

iv) Filed Density 100% P.D.<br />

v) Filed Moisture Content<br />

Contractor No. of Corrections Executive Engineer


176<br />

Dy.E.E.<br />

Sr.No. Material Test<br />

16 Open graded premix surfacing/ Close<br />

graded premix surfacing.<br />

i) Quality of Binder<br />

ii) Impact/ Abrasion value<br />

iii) Flakiness & Elongation Index<br />

iv) Water Absorption<br />

17 Bituminous Macadam i) Quality of Binder<br />

ii) Impact/Abrasion value.<br />

iii) Flakiness & Elongation Index<br />

iv) Water Absorption<br />

v) Density of compacted layer<br />

18 Bituminous Penetration Macadam, Built<br />

up spray Grout.<br />

19 Dense Bituminous<br />

Macadam/ Semi dense<br />

Bituminous concretes/<br />

Bituminous concrete<br />

i) Quality of Binder<br />

ii) Impact/Abrasion value.<br />

iii) Flakiness & Elongation Index<br />

iv) Water Absorption<br />

i) Quality of Binder<br />

ii) Impact/Abrasion value<br />

iii) Flakiness & Elongation Index<br />

iv) Water Absorption.<br />

20 Mastic Asphalt i) Quality of Binder<br />

ii) Impact/ Abrasion value.<br />

iii) Flakiness & Elongation Index<br />

iv) Water Absorption<br />

21 Slurry Seal i) Quality of Binder<br />

22 Modified Binder i) Softening point<br />

ii) Penetration at 25 0 C & 4 0 C<br />

iii) Elastic Recovery<br />

iv) Ductility<br />

v) Flash point<br />

vi) Viscosity<br />

vii) Thin film over test, penetration,<br />

softening point, Elastic Recovery of residue,<br />

loss on heating.<br />

23 Thermoplastic paint i) Glass beed contents and grading Analysis<br />

ii) Reflectance & Yellowness index<br />

iii) Flowability<br />

iv) Drying Time<br />

24 Interlocking concrete paving block i) Compressive Strength<br />

ii) Fexural Test<br />

iii) Resistance to wear<br />

25 Wood work (shutters) i) End immersion tests<br />

ii) Knife test<br />

iii) Glue adhesion test<br />

26 Cement Concrete i) Mix design<br />

27 Asphalt Concrete i) Job mix design with all tests on basic<br />

Material<br />

28 Reinforcement steel bars i) Tensile strength<br />

ii) % Elongation<br />

29 Sand i) Water Absorption & Specific Gravity<br />

ii) Fineness Modulus iii) Silt Content<br />

iv) Bulkage<br />

30 Water i) P.H. Value / For water<br />

ii) Chloride & Sulphate content<br />

Contractor No. of Corrections Executive Engineer


177<br />

Dy.E.E.<br />

Annexure 'B'<br />

Construction Material Testing & its frequency<br />

(Whichever is applicable)<br />

Sr. Material Rate Frequency<br />

1 CEMENT<br />

1) Consistency<br />

2) Initial & Final Setting time<br />

3) Fineness<br />

4) Specific Gravity<br />

5) Soundness<br />

6) Compressive Strength<br />

Test per 50 M.t. above six tests<br />

shall be carried.<br />

2 METAL<br />

a 1) Sieve Analysis (Gradation)<br />

1 Test for every day work<br />

(Concrete work)<br />

2) Sieve Analysis Red Book<br />

1 Test per 100 m3<br />

Specification<br />

3) Sieve Analysis<br />

1 Test per 200 m3<br />

Granular Sub Base (N.H.Work) MOST<br />

b Water Absorption 1 Test per 200 m3<br />

c Impact (Concrete WBM/BT) 1 Test per 200 m3<br />

d Crushing 1 Test per for Each Source<br />

e Abrasion 1 Test per for Each Source<br />

f Flakiness & Elongation Index 1 Test per 200 m3<br />

g Plasticity Index for blindage used for<br />

1 Test per 25 m3<br />

WBM<br />

3 SAND<br />

1) Water Absorption & Specific Gravity 1 Test per for Each Source<br />

2) Fineness Modulus 1 Test per for Each day<br />

3) Slit Content 1 Test per for Each day work<br />

4) Bulkage 1 Test per for Each day work<br />

4 BRICKS<br />

1) Water Absorption<br />

2) Comp Strength<br />

3) Effloresce<br />

5 Flooring Tiles<br />

1) Flexural Strength<br />

2) Water Absorption<br />

3) Abrasion<br />

6 Manglore tiles<br />

1) Water Absorption<br />

2) Breaking Load<br />

For each 50000 Nos bricks Above<br />

three test are to be carried out<br />

For 2000 Nos of Tiles above three<br />

tests are to be carried out<br />

1 Test- 6 Tiles per 50000 Nos.<br />

2 Test- 6 Tiles per 50000 Nos.<br />

7 Glazed Tiles<br />

1) Water Absorption 1 Test- 6 Tiles per 2000 Nos.<br />

8 Concrete Mix Design 1 Concrete Mix Design for each<br />

Compressive strength C.C.Cubes for<br />

grade of concrete per every per hour<br />

Qty<br />

Qty. utpo 5 m3<br />

1 Set (3 Nos.)<br />

6-15 m3 2 Set (3 Nos)<br />

Contractor No. of Corrections Executive Engineer


178<br />

Dy.E.E.<br />

16-30 m3 3 Set (3 Nos)<br />

31-50 m3 4 Set (3 Nos)<br />

Quantity above 51 m3<br />

4+1 additional set per 50 m3<br />

9 MURUM/ SOIL for earth work<br />

1) Optimum Dry Density 2 Test per 3000 m3<br />

2) C.B.R. 1 Test per 3000 m3<br />

3) Liquid & Plastic Limit/Plasticity<br />

1 Test per 3000 m3<br />

Index<br />

4) Filed Density 100% P.D. 1 Test per 3000 m3<br />

5) Filed Moisture Content 1 Test per 3000 m3<br />

10 WOOD<br />

1) Moisture Content 1 test per Source<br />

2) Density 1 test per Source<br />

11 WATER<br />

1) P.H. Value/ For Water and Sand 1 test per Source<br />

2) Chloride & Sulphate content 2 test per Source<br />

12 Bituminous Mix<br />

1) Extraction Test 2- Test per day per plant<br />

2) Gradation 2- Test per day per plant<br />

Below test shall be taken before mixing<br />

3) Gradation<br />

4) Aggregate impact Value<br />

5) Flakiness Index & Elongation Index<br />

6) Water absorption One set of 3 sample for each source<br />

subsequently when source changes<br />

7) Marshall stability of Mix One set of 3 mould for each 400<br />

MT of mix per plant of Minimum 2<br />

sets per day per plant.<br />

8) Density of compacted layer 1 -test for 250 M2<br />

13 Bitumen<br />

For every lot (10 to 12 MT) below 5 test<br />

shall be taken<br />

1. Penetration 2 Test per lot of 10 to 12 MT<br />

2. Ductity 1 Test per lot of 10 to 12 MT<br />

3. Softening 1 Test per lot of 10 to 12 MT<br />

4. Viscosity 1 Test per lot of 10 to 12 MT<br />

5. Specific Gravity 1 Test per lot of 10 to 12 MT<br />

14 Job Mix Design<br />

DBM/SDBC/BC<br />

15 Steel<br />

1) Wt per meter<br />

2) Ultimate Tensile Stress<br />

3) Yield stress<br />

4) Elogation<br />

1 Job Mix Design per mix per work<br />

per plant for single source of supply<br />

One test for every 5.0 MT or parther<br />

of for each diameter<br />

Contractor No. of Corrections Executive Engineer


179<br />

Dy.E.E.<br />

DECLARATION OF THE CONTRACTOR<br />

I/We hereby declare that I/we have made myself / ourselves thoroughly<br />

conversant with the local conditions regarding all materials and labour of which<br />

I/we have based my/our rates for this tender. The specifications, and lead of<br />

materials on this work have been carefully studied and understood by me/us<br />

before submitting this tender. I/we undertake to use only the best materials<br />

approved by the Executive Engineer, Chiplun Public Works Division,<br />

Chiplun or his duly authorised representative before starting the work and to<br />

abide by his decision.<br />

I/We hereby undertake to pay the labourers engaged on the work as per<br />

minimum wages Act 1948 applicable to the Zone concerned.<br />

Signature of Contractor<br />

Contractor No. of Corrections Executive Engineer


180<br />

Dy.E.E.<br />

BLANK PAGE<br />

Contractor No. of Corrections Executive Engineer


181<br />

Dy.E.E.<br />

NAME OF WORK :- CONSTRUCTION OF MAJOR BRIDGE CONNECTING DAHIVALI TO SAWARDA RAILWAYSTATION ON KAPASHI RIVER ON VR-113 AT<br />

KM. 0/950 IN TALUKA CHIPLUN DISTRICT RATNAGIRI. (UNDER NABARD RIDF-XVIII)<br />

Foundation<br />

SubStructure<br />

Superstructure<br />

Fixed Items<br />

B.M. & B.C.<br />

BAR CHART<br />

Earthwork<br />

W.B.M.<br />

Misc. Items. &<br />

Murum shoulder<br />

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18<br />

Time in months<br />

Contractor No.of corrections Executive Engineer


182<br />

Dy.E.E.<br />

BLANK PAGE<br />

Contractor No.of corrections Executive Engineer


183<br />

Dy.E.E.<br />

D R A W I N G S<br />

CONTRACT DRAWINGS :-<br />

The Contract Drawings provided for tendering purpose with the tender<br />

documents shall be used as a reference only. Contractor should visualize the<br />

nature and type of work contemplated and to ensure that the rates and prices<br />

quoted by him in the bill of quantities take due consideration of the<br />

complexities of work involved during actual execution / construction as<br />

experienced contractors in the field.<br />

The tendered rates / prices for the work shall be deemed to include the<br />

cost of preparation, supply and delivery of all necessary drawings, prints,<br />

tracings and negatives which the contractor is required to provide in<br />

accordance with the contract.<br />

DOCUMENTATION :<br />

If so ordered by the Engineer-in-charge, the contractor will prepare<br />

drawings of the work as constructed and will supply original and three copies<br />

to the Engineer who will verify and certify these drawings.<br />

Final as constructed drawings shall then be prepared by the contractor<br />

and applied in triplicate along with a micro-film of the same to Engineer for<br />

record and reference purpose at the contractors cost.<br />

Contractor No. of Corrections Executive Engineer


184<br />

Dy.E.E.<br />

BLANK PAGE<br />

Contractor No. of Corrections Executive Engineer

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!